Loading...
Res No 129-15-14468RESOLUTION NO.:129-15-14468 A Resolution authorizing the City Manager to negotiate and to enter into a contract with RP Utility &Excavation Corp.for drainage improvements at Dante Fascell Park. WHEREAS,City staff conducted an assessment atDante Fascell Parkand discovered thatthe swale,located onthesouthend of the tennis courts,isfilledwith run-off material consisting of Har-Tru clay,crushed stoneandmud;and WHEREAS,theCity recently hireda consultant—Milian,Swain&Associates,Inc.—to completeprofessionalengineeringservices;and WHEREAS,withthisreportcomplete,theCitysubmittedaRequestforProposal(RFP)#PR- 2015-16 onMonday,July 20,2015 for "Drainage Improvements atDanteFascellPark";and WHEREAS,four(4)submittalswerereceived;RPUtility&ExcavationCorp.wasthelowest bidderandisincompliancewiththeterms of theRFP. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section1.TheCityManageris authorized to negotiate andtoenterintoacontractwithRP Utility&ExcavationCorp.,foranamountnottoexceed$60,479fordrainageimprovementsatDante Fascell Park.TheCity Manager isalso authorized to expend an additional $3,000 ofthe contract pricefor unforeseen conditions.FundingforthisprojectwillcomefromParksandRecreationCapital Improvement account number 301-2000-572-6450,whichhasa balance of $45,249 before this request wasmade.Acopy of thecontractisattached. Section2.Severability.Ifanysectionclause,sentence,orphraseofthisresolutionisforany reasonheld invalid or unconstitutional byacourtof competent jurisdiction,theholdingshallnotaffect thevalidity of theremainingportions of thisresolution. Section 3*Effective Date.This resolution shallbecome effective immediately upon adoption by vote of theCity Commission. PASSEDAND ADOPTED this _1st day of September ,2015. iST:APPROVED:, COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: 4-0 Yea absent Yea Yea Yea Soutlf Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Via: Date: Subject: Background: Vendors & Bid Amount: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager Quentin Pough,Director ofParks&Recreation September 1,2015 Agenda Item No.a A Resolution authorizing the City Manager to negotiate and to enter intoa contract withRPUtility&ExcavationCorp.for drainage improvements at Dante Fascell Park. Staff conducted an assessment at Dante Fascell Park and discovered that the swale,located on the south end of the tennis courts,isfilledwith run-off material consisting ofHar-Tru clay,crushed stone and mud.After arainyday or watering of the tennis courts,the runoff enters the swalewhich prevents water from percolating into the ground,thus creating a ponding issue and safety hazard for patrons. Ourgoalin completing this project is to improve and resolve the ponding caused by the run-off from the existing tennis courts.The contractor is responsible for installation of an exfiltration trench (French drain)system and raised concrete sidewalk,just to name afew. TheCity recently hireda consultant—Milian,Swain&Associates,Inc.—to complete professionalengineeringservices.Withthis report complete,the City submitted a Request forProposal (RFP)#PR-2015-16 onMonday,July20,2015 for "Drainage Improvements atDanteFascell Park".Four(4)submittals were received;RPUtility&ExcavationCorp.was the lowest bidder and isin compliance with the terms of the RFP.City staff consulted with the contractor's references astohandson experience.Basedon that information,we recommend entering into an agreement with RPUtility&ExcavationCorp.due to cost,qualification and experience. Pleasefindbelowabreakdownofall submitted proposals. Vendors Dante Fascell park RP Utility &Excavation Corp $60,479 JVA Engineering Contractor,Inc $95,668 Florida Construction &Engineering $100,172.45 H.A.Contracting Corp $197,598 Soutlr Miami THE CITY OF PLEASANT LIVING Expense: FUND& Account: Attachments: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Amount notto exceed $63,479.To account forany unknown factors that may arise,a $3,000 contingency overthe proposal of $60,479 isrequested. Theexpenditure shall bechargedtothe Parks andRecreation Capital Improvement account number 301-2000-572-6450,which (pa's-a balance ofv $45,249 beforethisrequestwasmade.*, Please note thereisapending Resolution relatingto budget ontheconsent agenda;authorizing atransferof $25,000 from General CapitalImprovement account to ParksandRecreationCapital Improvement account Resolution for approval Pre-Bid Conference Sign-In Sheet Bid Opening Report BidProposal Summary RPUtility&ExcavationCorp.Proposal SunBiz -RPUtility&ExcavationCorp. Articles of Incorporation Demand Star Results MiamiDailyBusinessReview Date: RFP Title: ftfP HPQNo.: Please Print Clear! South'Miami THE CITY OF PLEASANT LIVING Pre-Bid Conference Sign-In Sheet August 3,2015 Drainage Improvements at Dante Fascell Park PR2015-18 J-S^fch+^fa^^f%r/<£\-C*V}S&J 4^<>XA^€ifl\~'*,'l'U<f U^ 30S^8&b-j£0/ th /V .6 8/ aft 11 w»ji, -•'•-t'^V?'V-''"i« -'..::j'i;' ^^V^^^f-AA^c:1A \&&%i$i^ (frWfoej\.jv&q H&sr'MctfnrtH*afo*^rtpv^o'^i, I ,->I I N '*H -V- ,«'/J. I 'J./ ***i >• •i,r ,- '-'.../n'; C:\Users\skulick.CSMl\Documeiits\South Miami\Templates\Pre-Bid Meeting Sign-In Sheet.doc •i,i '•y^ '7/I I *j*\ ^;f#SK»JCJ3,_ riCOPPOHATEly •V 1927 / BID OPENING REPORT \ Bids were opened on: For:RFP #PR-2015-16 -Drainage Improvements at Dante Fascell Park COMPANIES THAT SUBMITTED PROPOSALS:AMOUNT: Friday,August 14.2015 1.FLORIDA CONSTRUCTION &ENGINEERING. 2.HA CONTRACTING CORP. 3.JVA ENGINEERING CONTRACTOR,INC. 4.UTILITY &EXCAVATION CORP. after:10:00am THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk:A/4M M MeJKtpJt Print Name £2~ Signature Witness: Print Name Signature Witness: Print Name Signature NOTE:RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER Bidder Bid Price Bid Package (lOrg;3 Copies;1 Digital) Bid Form/Cost &Tech Proposal Bidder Qualif. Ref. List of Subs' NonColl. Affidavit Public Entity Crimes and Conflicts of Interest Drug free Workplace OSHA Stds Fed. State Ustings Related Party Presentation Dec (1)Proof of Ins Signed Contract with Original (l)Perf Bond Sun Biz FCE $100472 X X X X X X X X X X X X X X HA Corrt.$197,598 X X X X X X X X X X X X X IVA $95,668 X X X X X X X X X X X X X X R.P.Utility $60,479 X X X X X X X X X X X X X X X X (1)Condition ofAward BID BOND Bond No:n/a CONTRACTOR: (Name,legalstatus and address) RP UTILITY &EXCAVATION CORP 7875NW29StSTEB DORAL,FL 33122 SURETY: (Name,legalstatus andprincipal place.ofbusiness) DevelopersSuretyand Indemnity Company P0 BOX 19725 Irvine,CA 92623 OWNER: (Name,legalstatus andaddress) CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SOUTH MIAMI,FL 33143 BOND AMOUNT:FIVE PERCENT OF AMOUNT OFBID PROJECT:DRAINAGE IMPROVEMENTS AT DANTE FASCELL PARK (Name,location or address,andProject number,Ifany) The Contractor and Suretyareboundtothe Owner inthe amount setforth above,forthe payment of which the Contractor andSuretybind themselves,theirheirs,executors,administrators,successors and assigns,jointlyand severally,as provided herein.Theconditionsof this Bondaresuchthat if theOwneracceptsthe bid ofthe Contractorwithinthetimespecified in thebid documents,orwithinsuchtimeperiodas may beagreedtobythe Ownerand Contractor,andtheContractoreither(1)entersintoacontractwiththeOwnerin accordance withthe terms ofsuchbid,andgivessuchbondorbondsasmaybe specified inthe bidding orContractDocuments,witha surety admitted inthejurisdictionoftheProjectand otherwise acceptable to the Owner,forthe faithful performance ofsuchContractandforthepromptpaymentofiaborand material furnished inthe prosecution thereof;or(2)paystotheOwnerthe difference,notto exceed the amount ofthis Bond,between the amount specified insaidbidandsuchlargeramountfor which the Owner mayingood faitli contract witli another party to performtheworkcoveredbysaidbid,thenthis obligation shallbenullandvoid,otherwise to remain in full force and effect.The Surety herebywaivesany notice ofan agreement between the Owner and Contractor to extend the timein which theOwnermayacceptthe bid.Waiver of notice bythe Surety shallnotapplytoany extension exceeding sixty(60)daysintheaggregate beyond thetimefor acceptance ofbidsspecified inthebid documents, andtheOwnerandContractorshallobtaintheSurety's consent foran extension beyond sixty(60)days. If thisBondisissuedin connection witha subcontractor's bidtoa Contractor,theterm Contractor inthisBond shall be deemed tobe Subcontractor and the term Owner shall be deemed tobe Contractor, When this Bond hasbeen furnished to comply with a statutory orother legal requirement inthe location ofthe Project,any provision inthis Bond conflicting with said statutory or legal requirement shall bedeemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall bedeemed Incorporated herein.Whenso furnished,the intent Is thatthisBondshallbe construed asastatutorybondandnotasacommon law bond. The Company executing thisbond vouches thatthis document conforms to the American Institute of Architects Document A310,2010 edition Signed and sealed this 14 day of_ (Witness) (Witness)I /I // AUGUST 2015 RP UTILITITY &EXCAVATION CORP (Principal)^•Vs.wc/-- (T/f/e;iEL PEREZ.PRESIDENT —i^—'-+**:t s iJ Developers Surety andIndemnityCompany (Surety) (7W*;RAMON A RODRIGUEZ RES AGENT ;,atty-b^pXct&fl\Vj7-/ TheCompanyexecuting this bondvouchesthat this document conformstotheAmericanInstitute of Architects Document A310,2010 edition 2 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY POBox 19725,IRVINE,CA92623 (949)263-33DD KNOW ALL BY THESE PRESENTS that except asexpressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby make,constitute ***Fausto Alvarez,Jr.,Ramon A.Rodriguez,jointly or severally*** as Its trueandlawful Attorneys)-hvFact,to giving andgranting iml corporation coulddo,but reserving toeach herebyratified and confirmed. make,execute,deliver and acknowledge,for and on behalf ofsaid corporation,as surety,bonds,undertakings and contracts ofsuretyship -Fact kill power and authority todoand toperform every act necessary,requisite orproper tobe done in connection therewith 8S each ofsaid ofsaid corporation full power ofsubstitution and revocation,and all oftheadsofsaid Attomey(s)-in-Fact,pursuant tothese presents,are This Power ofAttorney isgranted and issigned byfacsimile under and byauthority ofthe following resolution adopted by theBoard of Directors ofDEVELOPERS SURETY AND INDEMNITY COMPANY,effective asof January 1st,2008. RESOLVED,thatacombination ofanytwo oftheChairman ofthe Board,the President,anyExecutive Vice-President,Senior Vice-President orVice-President ofthe corporation be,and that each ofthem hereby Is,authorized toexecute this Power ofAttorney,qualifying the aUorney{s)named inthePower ofAttorney toexecute,onbehalf ofthe corporation,bonds,undertakings and contracts ofsuretyship;and that the Secretary orany Assistant Secretary ofthecorporation be.and each ofthem hereby Is,authorized toattest the execution ofanysuch Power ofAttorney; RESOLVED,FURTHER,that thesignatures ofsuch officers m8y be affixed toany such Power ofAttorney or to any certilicate relating thereto by facsimile,and any such Power ofAttorney orcertificate bearing such facsimile signatures shall bevalid and binding upon the corporation when soaffixed and in the future with respect toany bond,undertaking orcontract of suretyship towhich itis attached. IN WITNESS WHEREOF.DEVELOPERS SURETY AND INDEMNITY COMPANY hascaused these presents tobe signed byitsofficers and attested byits Secretary orAssistant SecretarythisNovember21.2013. Daniel Young,Senior Vice-President / Mark J.Lansdon,Vice-President State ofCalifornia County of Orange On_November 21,2013 .beforeme,. Date ANTONIO ALVARADO CQMM.#2033656 NOTARY PUBUCCAUFORKW | ORANGECOUNTY My comm.exptes Aug.9,20171 PieceNotary SealAbove ,»»••••";«;*•»,, *£/oct \1\ IS!10 f«i\o\193 6 /P* Antonio Alvarado,Notary Public HereInsert Name andTitleof the Officer Daniel Youngand Mark J.Lansdon Namefe)of Signer(s) who proved to meonthebasis of satisfactory evidence tobethepersons)whose name(s)is/are subscribed to thewithin instrument andacknowledged tomethathe/she/they executed thesamein his/her/their authorized capacities).and that by his/her/their signature(s)on the instrument theperson(s),ortheentity upon behoof which the person(s)acted,executed the instrument. Icertify under PENALTY OF PERJURY under the laws ofthe State of California thattheforegoing paragraph is trueandcorrect. tofttlr. WITNESS myhand and official seal. Signature AntontoAlverado,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Power of At^%e&,^**»*«t*£V/jll force and has not been revoked and,furthermore,that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Atie^yjw}^A?<*^< ie dateof this Certificate.J{»»/if,A Vf (' This Certificate is executed in the City of Irvine,Cdifornia,this 14thday of AlJgfJSt .2015 '^\*:SiL>^J<f5 Cassie J.8errisfordfAssistant Secretary Tf remains in full forceas of the date ofthisCertificate. tD-1438(Rev.11/13) Whju Proposal Submittal Checklist Form Drainage Improvements at Dante Fascell Park RFP #PR-2015-16 This checklist indicates the forms and documents required tobe submitted for this solicitation and tobe presented by the deadline setfor within the solicitation.Fulfillment of all solicitation requirements listed is mandatory for consideration of response tothe solicitation.Additional documents may be required and,ifso,they will be identified inanaddendumtothis Solicitation.Theresponse shall includethe following Items: Attachments ana Other Documents ciesa to be Completed IF MARKED WITH AN "X": Indemnification and Insurance Documents EXHIBIT 2 Bid Form EXHIBIT 3 Signed Contract Documents (All -including GeneralConditions and Supplementary Conditions if attached)EXHIBIT 4;5&6 Performance and Payment Bonds EXHIBIT 7&8 ^Performance Bond:Required asa Condition of Award andPrior to the Contractor Receiving a Notice to Proceed.Not Required with Submittal Respondents Qualification Statement Ust ofProposed Subcontractors and Principal Suppliers Non-Collusion Affidavit Public EntityCrimesandConflictsofInterest DrugFree Workplace Acknowledgement of Conformance with OSHA Standards Affidavit Concerning Federal &StateVendor Listings Related PartyTransaction Verification Form PresentationTeam Declaration/Affidavit ofRepresentation Completed. j/ i/ i/ \S S J J- iL jZ. jZ. Submit this checklist along withyour proposal Indicating the completion and submission ofeach required forms and/or documents. END OF SECTION Thomas F,Pop© 02-23-IS Page II of 74 RESPONDENT QUALIFICATION STATEMENT Drainage Improvements at Dante Fascell Park RFP#PR-20I5-I* Theresponsetothisquestionnaireshall be utilized aspartofthe CITY'S overall Proposal Evaluation and RESPONDENT selection. L Numberof similar projectscompleted, a)In thepastSyears in thepast5yearsOnSchedule b)Inthepast 10 years Inthepast 10 yearsOn Schedule II.Listthelast three (3)completedsimilar projects, a)Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract CompletionTime (Days): Permeable Paver Alley Improvements Cityof Pompano Beach 1201 NB 5th Avenue»Pompano Beach,FL 33060 Alessandra Delfico -City Engineer,Tel.No.:954- 786.4144,p)rmai1; alessandra.delfico@copbiQ.com 12/28/2014 Original Contract Completion Date:12/23/2014 Actual Date: Final Contract Completion Original Contract Price: Actual Final Contract Price: b)Project Name: Owner Name: Owner Address: Owner Telephone; Original Contract Completion Time (Days): $34,074,35 $34,074.35 Road and drainage repair Village of Biscayne Park 640 NE114 Street Biscayne Park.PL 33161 305-899-8000;Tony Gomes-Senior Field Representative Tel No.;954-ftl 5-9109,fl-mail: tgomes@craigasmith.com 60 days Original Contract Completion Date:5/22/2014 Thomas F.Pepe 02-2MS Actual Final Contract Completion 5/9/2014 Date: Original Contract Price: Actual Final Contract Price Page 12 of 74 $17500.00 $17,500,00 III. c)gylva tylartin Drainage Cityof South Miami ProjectName: Owner Name: Owner Address: Owner Telephone: 6130 Sunset Drive.South Miami.FL 33143 Ricardo Ayala -Project Manager,Tel.No.:305- 796-5944>E-mail:rayala<^outhmiamitLgov 30DaysOriginalContractCompletionTime (Days): Original ContractCompletion Date:7/2/2Q13 Actual Final Contract Completion 7/1/2013 Date: Original Contract Price: Actual Final Contract Price: Current workload Owner Name $19,850,00 $19,850.00 Telephone Number Contract Pr PumpStationD FM Replacement City of Coral Gables Jose Saucedo,PJL 305-460-5054 $682,150.00 C-14 Water Main Canal CrossingConstruction City ofMargate Kelly McAtee,P.B. 954-972-0828 $391,644.00 IV*The following information shall be attached tothe proposal a)RE^ONDENTs homeoffice organization chart b)RESPONDENTS proposed project organizational chart. c)Resumes of proposed keyproject personnel,including on-site Superintendent V.Listanddescribe any. Thomas F.Pepe 02-23-15 Page 13 of 74 a)Bankruptcy petitions filed byor against the Respondent or any predecessor organizations) b)Any arbitration or civil or criminal proceedings,or Suspension of contracts or debarring from Bidding or Responding byany public agency brought c)against the Respondent inthelastfive (5)years VI.Government References: Ustother Government Agencies or Quasi-government Agencies for which you have done business within thepast five (5)years. Nameof Agency:City ofSouth Miami Address:6130Sunset Drive,South Miami.PL33143 Telephone No.:305-796-5944.ravalafi)SQuhtmiamtfl.gov Contact Person:RicardoAvala Typeof Project:Diainage Name of Agency:Village ofKeyBiscayne Address:88 West Mclntyre Street Key Biscayne.FL 33149 Telephone No^305-365-7568,tbrown<a>keybiscaynefl^ov Contact Person:Tony Brown ; Typeof Project:GolfCartPath Nameof Agency:City ofPompann Beach Address:1201NB 5th Avenue,Pompano Beach,FL3306Q Telephone No.:954-786-4144 Contact Person:Alexandra Deffico Type of Project:Drainage Page 14 of74 Thomas F.Pepe 02-23-15 NON COLLUSION AFFIDAVIT STATEOF FLORIDA ) ) COUNTY OF MIAMI-DADE ) Tavler Gamm being first duly sworn,deposes and states that: (1)He/She/They Ware theVicePresident (Owner,Partner,Officer,RepresentativeorAgent)of R.P»Utility &Excavation Corpr the Respondent that has submitted the attached Proposal; (2)He/She/They is/are fully informed concerning the preparation and contentsofthe attached Proposal andof all pertinent circumstances concerning such Proposal; (3)Such Proposal isgenuineandis not a collusive orsham Proposal; (4)Neitherthe said Respondentnoranyofits officers,partners,owners,agents,representatives, employeesorparties fn interest Including this affiant,haveinanywaycolluded,conspired,connived or agreed,directlyor indirectly,withanyotherRespondent,firm,orpersontosubmitacollusiveor shamProposalinconnectionwith the Work forwhichtheattachedProposalhasbeensubmitted;or to refrain from Bidding or proposing inconnectionwithsuchWork;orhaveinany manner,directly or indirectly,soughtby agreement or collusion,or communication,or conference withany Respondent,firm,or person to fix any overhead,profit,orcostelementsofthe Proposal orof any otherRespondent,ortofixanyoverhead,profit or cost elementsof the Proposal Price orthe Proposal Price ofanyother Respondent ortosecurethroughany collusion,conspiracy,connivance, or unlawful agreementany advantage against (Recipient),oranypersoninterestedintheproposed Work; (5)The price or prices quotedinthe attached Proposal are fair andproperandarenot tainted byany collusion,conspiracy,connivance,or unlawful agreementonthepartoftheRespondentoranyother ofitsagents,representatives,owners,empbyees orpartiesofinterest,including thisaffiant Signed,sealedanddeliveredin the presenceof: Witness Signatui Witness Print Name and Title 8/14/2015 Date ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-pADE On this the AJP day of t^j#?C ,20_A__*before me,the undersigned Notary Public of the State of Florida,personally appeared (NartYe(s)of individuals)who appeared before Page 16 of.74 Thomas F,Pepe 02-23-15 within instrumentand he/she/they acknowledge that he/she/1 WITNESS myhandand official seal. NOTARY PUBLIC: SEAL OF OFFICE: MAQALY REISER Notary Public,Slate of Florida Commte8!on#FF 173538 My coma expires Nov.2^018 e Subscribed to the (Name ofLtfiotar/Public Print;Stamp or type ascommissioned.) Personallyknowntome,or Y~Personal Identification; Typeof Identification Produced Did takeanoath,or jr*—DidNottakeanoath. Thomas F.Pepe 02-23-15 Page 17 of74 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant tothe provisions of Paragraph (2)(a)of Section 287.133,Florida State Statutes -"A person or affiliate who has been placed onthe convicted vendor list following a conviction fora public entity crime may not submit a Proposal or bid ona Contract to provide any goods or services toa public entity,may notsubmita Bid or proposal fora Contract witha public entity forthe construction of repair ofa public building or public work,may notsubmit bids or proposals on leases or real property toa public entity,may notbe awarded to perform Work asa RESPONDENT,Sub-contractor,supplier,Sub-consultant or Consultant underaContractwithany public entity,and may not transact business with any public entityinexcessofthe threshold amount Category Twoof Section 287.017,Florida Statutes,forthirtysix(36)monthsfromthedateofbeing placed ontheconvictedvendor list". Theawardofanycontracthereunderissubjecttothe provisions ofChapter 112,Florida StateStatutes. Respondentsmustdisclosewiththeir Proposals,thename of anyofficer,director,partner,associateoragentwho isalsoan officer oremployeeoftheCityofSouth Miami orits agencies. SWORN STATEMENT PURSUANT TOSECTION 287.133 (3)(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OFA NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I.This sworn statement is submitted to City ofSouthMiami [print nameofthe public entity] by Javier Garzon,Vice President [print individual's nameandtitle] for R.P.Utility &Excavation Corp. [printnameofentitysubmittingswornstatement] whosebusinessaddressis 7875 NW 29th Street,Suite B Doral FL 33122 and (ifapplicable)its Federal Employer identification Number (FEIN)Is 45-2742507(Ifthe entity has no FEIN,include the Social Security Numberofthe Individual signing this sworn statement: -*) 1 I understand thata "public entity crime'as defined in Paragraph 287.133 (l)(g),Florida Statutes, means a violation ofanystateor federal law bya person with respect to and directly related tothe transaction of business with any public entity orwith an agency or political subdivision of any other state orofthe United States,including,butnot limited to ,any bid,proposal or contract for goods or services tobe provided toany public entityoran agency or political subdivision of any otherstateorofthe United States and involving antitrust fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.I understand that "convicted"or "conviction"as defined In Paragraph 287.133 (I)(b),Florida Statutes,means a finding of guilt ora conviction ofa public entity crime,with or without an adjudication of guilt In any federal or state trial court of record relating to charges brought by indictment or information after July I,1989,as a result ofa jury verdict,non-jury trial,or entry ofa plea of guilty or nolo contendere. 4.I understand that an "affiliate"as defined in Paragraph 287.133 (I)(a).Florida Statutes,means: (a)A predecessor or successor ofa person convicted ofa public entity crime;or (b)An entity under the control of any natural person who is active In the management ofthe entity and whohasbeen convicted ofa public entity crime.Theterm "affiliate"includes those officers, Page 18 of74 Thomas F.Pepe 02-23-15 directors,executives,partners,shareholders,employees,members,and agents who are active in the management of an affiliate.The ownership by one person of shares constituting a controlling interest k\any person,ora pooling of equipment or Income among persons whennot for fair market value under an arm's length agreement shall bea prima facie case that one person controls another person.A person who knowingly enters into a joint venture with a person who has been convicted ofa public entity crime in Florida during the preceding 36 months shall be considered anaffiliate. I understand that a "person"as defined in Paragraph 287.133 (I)(e),Florida Statutes,means any natural person or entity organized under the laws of any state orofthe United States with the legal powertoenterintoa binding contract and which bids or proposal or applies tobidor proposal on contracts for the provision of goods or services letbya public entity,or which otherwise transacts or applies to transact business witha public entity.Theterm "person"includes those officers,directors, executives,partners,shareholders,employees,members,and agents whoare active in management of an entity. Basedoninformationandbelief,the statement which I havemarked below is true inrelationto the entity submitting this sworn statement [Indicate whichstatement applies.] XNeithertheentity submitting thissworn statement,nor any ofits officers,directors,executives, partners,shareholders,employees,members,or agents whoare active inthe management ofthe entity, norany affiliate oftheentity has been charged withand convicted ofa public entitycrime subsequent to Ju^I.1989, Theentitysubmittingthisswornstatement,oroneormoreofits officers,directors,executives, partners,shareholders,employees,members,oragentswhoare active inthe management oftheentity, oran affiliate oftheentityhasbeen charged withand convicted ofa public entitycrimesubsequenttoJuly I,1989. Theentitysubmittingthisswornstatement,oroneormoreofitsofficers,directors,executives, partners,shareholders,employees,members,or agents whoare active inthe management ofthe entity, oran affiliate oftheentityhasbeen charged withand convicted ofa public entitycrimesubsequentof July I,1989.However,there has beena subsequent proceeding before a Hearing Officer ofthe State of Florida,Division of Administrative Hearings andthe Final Orderenteredbythe Hearing Officer determinedthatitwasnotinthe public interest to place theentitysubmittingthisswornstatementon theconvictedvendorlist [attach acopyofthe final order.] 1 UNDERSTAND THAT THE SUBMISSION OF THISFORM TO THE CONTRACTING OFFICE FORTHEPUBUCENTITY INDENTIFIED IN PARAGRAPH I (ONE)ABOVE IS FORTHAT PUBUC ENTITY ONLY,AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OFTHECALENDAR YEAR IN WHICH IT IS RLED.1 ALSOUNDERSTANDTHAT I AM REQUIRED TO INFORM Thffi PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLDAMOUNT PROVIDED INSECTION 287.017,FLORIDA STATUTES.FORCATEGORY TWO OFANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM./ Sworn to and subscribed before me this Personally known OR Produced identification FLU. (Type of identification) Form PUR 7068 (Rev.06/11/92) Thomas F.Pepc 02-23-15 My commission expires //^7g^w/<f (Printed,typedorstamped commissioned nameujPtiUftiy'pBl Page 19 of 74 MAGALYPEI8ER 0ommfe8k»#FF 173538 My awtm,expires Nov.2,2018 DRUG FREE WORKPLACE Whenever twoormore Bids or Proposals which are equal withrespectto price,quality and service are received bythe .State orbyany political subdivisions forthe procurement of commodides or contractual services,a Bid or Proposal received froma business that certifies thatithas Implemented a drug-free workplace program shall be given preference In the award process.Established procedures for processing tie Bids or Proposals shall be followed if nQne ofthetied vendors have a drug-free workplace program.In orderto have a drug-free workplace program,abusiness shall: 1)Publish astatement notifying employeesthatthe unlawful manufacture,distribution,dispensing, possession,oruseofa controlled substance is prohibited in theworkplaceand specifying the actionsthat shall betaken against employeesfor violations ofsuch prohibition. 2)Inform employeesaboutthe dangers ofdrugabuseinthe workplace,the business**policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs,andthe penalties thatmaybe Imposed uponemployeesfor drug abuse violations. 3)Giveeachemployee engaged ?n providing thecommoditiesor contractual servicesthatareunder Bidacopyofthe statement specified inSubsection (I). 4)In the statement specified In Subsection (I),notify the employees,that as a condition of working of the commodities or contractualservicesthatareunder Bid,heemployeeshallabidebythe termsofthestatement and shall notifytheemployeeofanyconviction of,or plea of guilty or nolo contendere to,any violation ofChapter893orofanycontrolledsubstance law oftheUnited States oranystate,fora violation occurring inthe workplace no later than five (5)business days after such conviction. 5)Imposea sanction on,orrequirethe satisfactory participation inadrugabuse assistance or rehabilitation program,ifsuchis available intheemployee'scommunity,byanyemployeewhois so convicted. 6)Make a good faith efforttocontinueto maintain adrug-freeworkplacethroughimplementation of this section. Asthepersonauthorizedtosignthestatement,I certifythatthb firm complies fully withtheaboverequirements. RESPONDENTS Signature: Print Name:Jayier Gari Date:8/14/2015 Page 20of74 Thomas F.Pepe 02-23-15 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We,RP.Utility &Excavation Corp.,(Name of CONTRACTOR),hereby acknowledge and agree that as CONTRACTOR forthe Drainage Improvements atDante Fasceli Park projea as specified have thesole responsibility for compliance with ati the requirements ofthe Federal Occupational Safety and Health Actof 1970, and all Stateand local safety and health regulations,andagreeto indemnify andhold harmless the City of South Miami and Miliar*,Swain &Associates,Inc.,(Consultant)against anyand all liability,claims,damages,losses andexpensestheymay Incur due to the failureof(Sub-contractor's names): TB1> tocomplywithsuchactorregulation. CONTRACTOR \*J2f{Ar~~+~z Garzon Vice President Title Page 21 of74 Thomas F.Pepe 02-29-15 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person,orentity,whoisrespondingtotheCity's solicitation,hereinafter relerred toas "Respondent",must certifythattheRespondent'snameDoesNotappearontheStateof Florida,Department of Management Services, "CONVICTED,SUSPENDED,DISCRIMINATORY FEDERAL EXCLUDED PARTIES andCOMPLAINTS VENDOR LISTINGS". Ifthe Respondent's name Doesappearononeor all the "Listings"summarized below,Respondents must"Check ifApplies"next to the applicable "Listing."The "Listings"canbe accessed through the following link tothe Florida Department ofManagementServiceswebsite: http^/www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted susp endeddiscriminatorycomplaintsvendor lists DECLARATION UNDER PENALTY OFPERJURY I,Tavier Garzon (hereinafterreferredtoasthe"Declarant")state,under penalty ofperjury, thatthe following statementsare true and correct: (1)I represent the Respondent whose name is RP.Utility &Excavation Corp.. (2)I havethe following relationship with the Respondent Vice Present (Owner(if Respondent isa sole proprietor),President(ifRespondentisacorporation)Partner (if Respondent isa partnership),General Partner(ifRespondentisa Limited Partnership)or Managing Member>(lf Respondent isa Limited Liability Company). (3)IhavereviewedtheFlorida Department of Management Serviceswebsiteat the following URL address: http://www.dms.myflorida.com/business_^ scriminatory_complaints_yendorji5ts (4)I have enteredan V or acheckmarkbesideeach listing/category setforthbelowifthe Respondent's nameappearsinthelistfoundonthe Florida Departmentof Management Services websiteforthatcategoryor listing.If I didnotenteramarkbesidea listing/category itmeans that I amattesting to thefactthatthe Respondent's namedoesnotappearonthe listing tor that category inthe Florida Departmentof Management Services website as of the date of this affidavit. Check if Applicable ConvictedVendorList SuspendedVendorList DiscriminatoryVendorList FederalExcludedPartiesList VendorComplaint List FURTHER DECLARANT SAYETH NOT. Tavier Garzon STATE OF FLORIDA COUNTY OF MJAMI-I On appeared m iti&is,t»the A^y-oay of following identification FL* foregoing Affidavit as the Declarant WITNESS myhandand official seal. NOTARY PUBLIC: SEAL Thomas F.Pepe 02-23-15 Page22of74 r,personally rovided the executed the CommissiveFF173538 My com exfjlw Nov.2.201& RELATED PARTY TRANSACTION VERIFICATION FORM 1 Javier Garzon ,individually and on behalf of RP.Utility or Excavation Corp. ("FirmM)bave Name ofRepresentative CompanylVendorlEntitY read theCityof South Miami ("CityH)'s Code of Ethics, Section 8A-1 ofthe Cit/s Code of Ordinances and I hereby certify,under penalty of perjury that tothebestofmy knowledge,information and belief: (1)neither I northe Rrm have any conflict of interest (as defined in section 8A-I)with regard tothe contract or business that I,and/or theRrm,am(are)aboutto perform for,orto transact with,the City,and (2)neither I norany employees,officers,directors ofthe Firm,nor anyone whohasa financial interest greater than 5%In the Firm,has any relative(s),as defined in section 8A-1,whois an employee ofthe City orwho is(are) an appointed or elected official ofthe City,orwho is(are)a member of any public body created bythe City Commission,£e.f a board or committee ofthe City,[while the ethics code still applies,ifthe person executing this formis doing soon behalf ofa firm whosestockis publicly traded,the statement inthis section (2)shall be based solely onthe signatory's personal knowledge and he/she isnot required to make an Independent investigation asto the relationship ofemployeesorthosewho have a financial Interest inthe Firm.];and (3)neither I northe Firm,nor anyone who has a financial Interest greater than 5%inthe Rrm,noranymemberof those persons'immediate family (Le.,spouse,parents,children,brothers and sisters)has transacted orentered intoany contracts)with the Cityorhasa financial Interest,directorindirectinanybusinessbeingtransacted with thecity,orwithanypersonoragencyacting forthecity,otherthanas follows: J2ZA : _(use(if necessary,useaseparatesheetto supply additional information thatwillnotfitonthis line,*however,you mustmake reference,ontheabove line,tothe additional sheetandthe additional sheetmustbe signed under oath),[while theethicscode still applies,ifthe person executing this form isdoing soon behalf ofa firm whose stockis publicly traded,thestatementinthis section (3)shall be based solely onthe signatory's persona) knowledge and he/she isnot required tomakean independent investigation astothe relationship ofthosewho havea financial interestinthe Firm.];and (4)noelectedand/orappointed official oremployeeoftheCityofSouth Miami,oranyoftheirimmediate family members (Le.,spouse,parents,children,brothersand sisters)hasa financial interest directlyor indirectly,in the contractbetweenyouand/oryour Firm andtheCityotherthanthe following individuals whoseinterestisset forth following theiruseaseparatenames:N/A (if necessary,useaseparatesheettosupplyadditional information that will notfiton this line;however,youmust makereference,on the aboveline,to the additional sheetand the additional sheet must be signedunderoath). The names of all City employees and thatof all elected and/or appointed city officials or board members,who own,directly or indirectly,an Interest of ffve percent (596)ormoreofthe total assetsof capital stockinthe firm are as follows: N/A _, (If necessary,usea separate sheetto supply additional information that will notlitonthis line;however,youmust makereference,on the aboveline,to die additional sheetand the additional sheet mustbesignedunder oath), [while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whosestockis publicly traded,thestatementinthis section (4)shall be based solely onthe signatory's personal knowledge and he/she isnot required to make anindependent investigation astothe financial interest inthe Rrm ofcity employees,appointed officials orthe immediate family members of elected and/or appointed official or employee.] (5)I and the Firm further agree nottouseor attempt to use any knowledge,property or resource which may come tous through our position of trust,or through our performance of our duties under the terms ofthe contract with the City,to secure a special privilege,benefit,orexemption for ourselves,or others.We agree that wemaynot disclose oruse Information,not available to members ofthe general public,,for our personal gain or benefitorforthe personal gain orbenefitofanyother person or business entity,outside ofthe normal gain or benefit anticipated throughthe performance ofthecontract (6)I and theRrm hereby acknowledge thatwe have not contracted or transacted any business with the City or any person or agency acting forthe City,andthatwe have not appeared in representation of any third party Page 23 of 74 Thomas F.Pepe 02*23-15 before any board,commission or agency ofthe City within the past two years other than as follows:N/A ...Of necessary,use a separate sheetto supply additional information thatwill not fit on this line;however,you must make reference,ontheabove line,tothe additional sheetandthe additional sheet must be signed under oath). X:\PurchasingWendor Registration 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7)Neither I nor any employees,officers,or directors ofthe Firm,nor any oftheir immediate family (i.e.,as a spouse,son,daughter,parent,brother or sister)is related byblood or marriage to:(i)any member oftheCity Commission;(II)any city employee;or (Hi)any member of any board or agency ofthe City other than as follows: N/A _(If necessary,use a separate sheetto supply additional information that will not fit on this line;however,you must make reference,onthe above line,tothe additional sheet and the additional sheetmustbe signed under oath),[while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whose stock is publicly traded,the statement In this section (7) shall be based solely onthe signatory's personal knowledge and he/she isnotrequired to make an Independent investigation as to die relationship by blood or marriage of employees,officers,or directors ofthe Firm,orof any oftheir immediate family to any appointed or elected officials ofthe City,orto their immediate family members]. (8)No Other Rrm,nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5%In thatOther Firm,nor any member ofthose persons'immediate family (i.e.,spouse,parents,children, brothers and sisters)nor any ofmy immediate family members (hereinafter referred to as "Related Parties")has responded toa solicitation bytheCityin which I orthe Rrm that I represent or anyone who has a financial interest greater than 5%inthe Firm,oranymemberofthose persons'immediate family (i.e.spouse,parents, children,brothers and sisters)havealso responded,other than the following: N/A (If necessary,useaseparatesheettosupplyadditional information that will not fit onthis line;however,youmust makereference,ontheabove line,tothe additional sheetandthe additional sheetmustbesignedunder oath), [while the ethics code stiH applies,ifthe person executing this form is doing soon behalf ofa firm whosestockis publicly traded,thestatement In this section (8)shall be based solely onthe signatory's personal knowledge and he/she isnot required tomakean independent Investigation intotheOther Firm,orthe Firm he/she represents,as totheir officers,directors or anyone having a financial interestinthose Firms oranyoftheir any memberofthose persons'immediate family.] (9)I andtheRrm agree thatweare obligated tosupplementthis Verification Form andinformthe City ofany change in circumstances thatwould change our answers tothisdocument Specifically,afterthe opening ofany responsestoa solicitation,I andthe Firm havean obligation tosupplementthis Verification Form withthenameof all Related Parties whohavealso responded tothesame solicitation and to disclose the relationship ofthose partiestomeand the Firm. (10)A violation oftheCity's Ethics Code,the giving ofany false information orthe failure tosupplementthis Verification Form,maysubjectmeortheRrmto immediate termination ofany agreement withthe City,and the impositionofthemaximum fine and/orany penalties allowed by law.Additionally,violations maybe considered by andsubjecttoactionbythe Miami-Dade County Commission on Ethics,Under penalty of perjury,I declare that I havemadea diligent effortto investigate thematters to which I amattestinghereinaboveandthatthestatements madehereinabovearetrueandcorrecttothebestofmy knowledge,information and belief. Signature:m Print NaW&Title:Tavier Garzon,Vice President Date:8/14/2015 Page 24 of 74 Thomas F.Pepe 02-23-15 Sec 8A-1.-Conflict of Interest and code of ethics ordinance. (a)Designation. This section shall be designated and known asthe "City of South Miami Conflict of Interest and Code of Ethics Ordinance."This section shall be applicable to all city personnel as defined below,and shall also constitute a standard ofethical conduct and behavior for all autonomous personnel,quasi-judicial personnel,advisory personnel and departmental personnel.The provisions of this section shall be applied in a cumulative manner.By way of example,and not as a limitation,subsections (c)and (d)may be applied to the same contract or transaction. (b)Definitions.Forthe purposes ofthis section the following definitions shall be effective: (1)Theterm "commission members"shall refer tothe mayor and the members ofthe city commission. (2)Theterm "autonomous personnel"shall refer tothe members of autonomous authorities,boards and agencies, such asthe city community redevelopment agency and the health facilities authority. (3)Theterm "quasi-judicial personnel*shall refer tothe members ofthe planning board,the environmental review andpreservationboard,thecodeenforcementboardandsuch other individuals,boardsand agencies ofthecityas perform quasirjudiclal functions, (4)Theterm "advisory personnel"shall refertothe members ofthose city advisory boards and agencies whose soleor primary responsibility isto recommend legislation or give advice tothe city commission. (5)Theterm "departmental personnel0 shall refer tothe city derk,thecitymanager,department heads,thedty attorney,and all assistants tothe city derk,city manager and dty attorney,however titled. (6)Theterm "employees*shall referto all other personnel employed bythe city. (7)The term "compensation8 shall refer to any money,gift,favor,thing of value or financial benefit conferred,or to be conferred,In return for services rendered or to be rendered. (8)Theterm "controlling financial interest"shall referto ownership,directly or indirectly,often percentormore ofthe outstanding capital stockin any corporation oradirector Indirect interestoften percentormoreina firm, partnership,orother business entityatthetimeof transacting business withthedty. (9)Theterm "immediate family"shall reiertothe spouse,parents,children,brothers and sistersofthe person involved. (10)Theterm"transactany business"shall refertothe purchase orsaleby die dtyof specific goodsor services for consideration andto submitting a bid,a proposal In responsetoa Solicitation,astatementof qualifications in response to a request bythecity,or enteringinto contract negotiationsforthe provision onanygoods or services,whicheverfirstoccurs. (c)Prohibition ontransacting businesswith the city. Noperson included intheterms defined in paragraphs (b)(1)through (6)andin paragraph (b)(9)shall enterinto any contract or transactanybusinessinwhichthatpersonoramemberofthe immediate family hasa financial Interest,direct or indirect with thecityoranyperson or agency acting forthe city,andanysuchcontract, agreementorbusinessengagement entered in violation of this subsection shall renderthetransaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position.Nothinginthissubsectionshallprohibitormake illegal: (1)Thepaymentoftaxes,special assessments orfeesfor services provided by thecitygovernment; (2)The purchase of bonds,anticipation notesorother securities that may be Issued bythe city through underwritersordirectlyfromtimeto time. Worver of prohibition.The requirements ofthis subsection may be waived fora particular transaction only by four affirmative votesofthecitycommission after public hearing upon finding that (1)An open-to-all sealed competitive proposal has been submitted byadty person as defined in paragraphs (b)(2), (3)and(4); (2)Theproposalhasbeensubmittedbyapersonorfirm offering services wichin thescopeofthepracticeof architecture,professional engineering,or registered land surveying,as defined bythe laws ofthestateand pursuant tothe provisions ofthe Consultants'Competitive Negotiation Act,and when the proposal has been submitted bya city person defined In paragraphs (b)(2),(3)and (4); (3)The property or services tobe involved in the proposed transaction are unique and thedty cannot avail itself of such property or services without entering a transaction which would violate this subsection butfor waiver of its requirements;and (4)Thattheproposedtransaction will beinthebestinterestofthe city. This subsection shall be applicable only to prospective transactions,andthe dty commission may innocase ratify a transaction entered in violation of this subsection. Prows/ons cumulative.This subsection shallbetaken to becumulativeandshall not be construed to amend or repeal any other lawpertainingtothesamesub|ectmatter. Page25of74 Thomas F.Pepe 02-23-15 (d)Furtherprohibition on transactingbusinesswiththe dty* Noperson included In theterms defined in paragraphs (b)(1)through (6)and in paragraph (b)(9)shall enterinto any contractor transact any business through a firm,corporation,partnership or business entity In which that person or any member ofthe immediate family has a controlling financial interest,director indirect with thecity oranypersonor agency acting forthe city,andanysuchcontract,agreement or business engagement enteredin violation ofthissubsection shall renderthetransactionvoidable.The remaining provisions ofsubsection(c)will alsobe applicable tothis subsection asthough incorporated byredtation. Additionally,nopersonindudedintheterm defined in paragraph (b)(I)shall voteonor participate In any way in anymatterpresentedtothedty commission ifthatpersonhasanyofthe following relationships withanyofthe persons or entities which would beor might be directly or indirectly affected by any action ofthedty commission: (I)Officer,director,partner,ofcounsel,consultant,employee,fiduciary or beneficiary;or (2)Stockholder,bondholder,debtor,or creditor,Ifin any instance the transaction ormatter would affect the person defined In paragraph (b)(1)In a manner distinct from the manner In which it would affect the public generally.Any person induded intheterm defined in paragraph (b)(I)whohas any ofthe specified relationships orwho would or might,directly or indlrealy,realize aprofit by the action ofthedty commission shall notvoteon or partidpate inanywayinthe matter. (E)Gifts. (l)Defmition.Theterm "gift"shall refertothe transfer of anything of economic value,whetherinthe form of money,service,loan,travel,entertainment hospitality,itemor promise,or in any other form,without adequateand lawful consideration. (2)Exception$.The provisions ofparagraph (e)(1)shall not apply to: a.Political contributions specifically authorizedbystate law; b.Gifts from relatives ormembersofone's household,unless thepersonisaconduitonbehalfofathirdpartyto thedeliveryofagift that isprohibitedunder paragraph(3); c.Awardsforprofessionalordvicachievement; d.Material suchas books,reports,periodicals or pamphlets which are solely Informational orofan advertising nature. (3)Prohibitions.Aperson described in paragraphs (b)(1)through(6)shall neithersolicitnor demand anygift,ft is also unlawful foranypersonorentityto offer,give oragreeto give toanyperson included intheterms defined In paragraphs (b)(1)through (6),orforanyperson included intheterms defined in paragraphs (b)(1)through (6)to accept or agreetoacceptfromanotherpersonorentity,anygiftfororbecauseof: a Anoffidalpublicactiontaken,or tobetaken,orwhichcouldbe taken,oranomission or failuretotakea public action; b.A legal dutyperformedor to beperformed,or which couldbe performed,oran omission or failure toperform alegalduty; cA legal dutyviolatedortobeviolated,or whichcouldbeviolatedbyanypersonincludedintheterm defined in paragraph (b)(1);or d.Attendance or absencefromapublicmeetingatwhich official actionisto betaken. (4)Disclosure.Anyperson included in theterm defined in paragraphs (b)(1)through(6)shall disclose any gift,or seriesof gifts fromanyonepersonor entity,having a value inexcessof$25.00.The disdosure shallbemadeby filing acopyofthedisclosureformrequiredbychapter 112,Florida Statutes,for "local officers"withthecityderk simultaneously withthe filing ofthe form with die clerk ofthecountyand with the FloridaSecretaryofState. (f)Compulsory disclosure byemployees affirms doing business with the city. Should anyperson included intheterms defined in paragraphs (b)(1)through (6)be employed bya corporation, firm,partnership or business entityin which thatpersonorthe immediate family doesnothavea controlling financial interestandshouldthecorporation,firm,partnership or business entity have substantial business commitmentsto or fromthecityoranycity agency,orbesubjecttodirect regulation bythecityoracity agency, thentheperson shall file aswornstatement disclosing such employment and interestwiththederkofthe city. (g)Exploitation of officio/position prohibited. Noperson included intheterms defined in paragraphs (b )(I)through(6)shall corruptlyuseorattempttousean official positionto secure special privileges orexemptionsforthatpersonorothers. (h)Prohibition onuse ofconfidential information. Nopersonindudedintheterms defined in paragraphs (b)(1)through(6)shall accept employment or engage In anybusiness or professionalactivitywhichonemight reasonably expectwouldrequireorinduceoneto disclose confidential information acquired byreasonofan official position,nor shall thatpersoninfactever disclose confidential information garneredor gained through an Page26of74 Thomas F.Pepe 02-23-15 official position with the city,nor shall that person ever use such information,directly or indirectly,for personal gainor benefit (i)Conflictingemploymentprohibited. No person included in the terms defined in paragraphs (b)(1)through (6)shall accept other employment which would impair independence of judgment In the performance of any public duties. (j)Prohibition on outside employment (1)No person included In theterms defined In paragraphs (b)(6)shall receive any compensation for services as an officer or employee ofthedty from any source other man the dty9 except as may be permitted as follows: a Generally prohibited.No full-time dty employee shall accept outside employment,either incidental,occasional or otherwise,where dty time,equipment or material is tobe used or where such employment or any part thereofis to beperformedoncitytime. b.When permitted.A full-time city employee may accept incidental or occasional outside employment so long as such employment isnot contrary,detrimental or adverse to the interest ofthe city or any ofits departments and the approval required in subparagraph c.Is obtained. c.Approval of department head required.Anyoutside employment by any full-time city employee must first be approved in writing bythe employee's department head who shall maintain a complete record of such employment. d.Penalty.Any person convicted of violating any provision ofthis subsection shall be punished as provided in section i-l I oftheCodeof Miami-Dade County and,in addition shall be subject to dismissal bythe appointing authority.Thecitymayalso assess against a violator a fine nottoexceed $500.00 and thecostsof investigation incurredbythecity. (2)All full-time city employees engaged in any outside employment for any person,firm,corporation orentity otherthanthe city,or any ofits agencies or instrumentalities,shall file,under oath,an annual report indicating the source ofthe outside employment the nature ofthework being done and any amount of money orother consideration received bythe employee from the outside employment City employee reports shall be filed with thedty cleric The reports shall be available ata reasonable time and place for inspection bythe public Thecity manager mayrequiremonthlyreportsfrom individual employeesorgroupsofemployeesforgoodcause.. (k)Prohibited Investments. No person induded In theterms defined In paragraphs (b)(1)through (6)ora member ofthe immediate family shall have personal investmentsinanyenterprisewhich will createa substantial conflict between private Interests andthe public interest. (I)Certainappearancesand payment prohibited. (1)No person included intheterms defined in paragraphs (b)(1),(5)and (6)shall appear beforeanydty board or agency and make a presentation on behalf ofathird person withrespecttoanymatter,license,contract, certificate,ruling,decision,opinion,rate schedule,franchise,orotherbenefitsoughtbythethirdperson.Nor shall the person receive any compensation or gift,directly or Indirectly,for services rendered toathird person,who has applied foror Is seeking somebenefit from thedtyora city agency,In connection withthe particular benefit soughtby die third person.Nor shall the person appear in any courtorbeforeanyadministrative tribunal as counselorlegal advisor toapartywhoseeks legal relieffromthedtyoracity agency through thesuitin question. (2)No person included intheterms defined in paragraphs (b)(2),(3)and (4)shall appear beforethedty commissionoragencyonwhichthepersonserves,eitherdirectlyorthroughahassodate,andmakea presentationonbehalfofathirdpersonwithrespecttoanymatter,license,contract,certificate,ruling decision, opinion,rate schedule,franchise,orotherbenefitsoughtbythethird person,Nor shall suchpersonreceiveany compensation orgift,directlyor indirectly,forservicesrenderedtoathird party whohas applied fororisseeking somebenefitfrom die dty commission or agency onwhichthepersonserves in connectionwiththe particular benefitsoughtbythethird party.Nor shall thepersonappearinanycourtorbeforeany administrative tribunal as counselor legal advisor toathird party whoseeks legal relieffrom thecity commission or agency on which such personserves through thesuitin question. (m)Actions prohibitedwhen financial interests involved. Noperson included intheterms defined in paragraphs (b)(1)through (6)shall participate inanyoffidal action directly or indirectly affecting a business in which that person orany member ofthe immediate family has a financial interest A financial interestisdefinedinthissubsectionto include,butnotbelimitedto,anydirector indirect interest inany investment,equity,or debt (n)Acquiring financial interests* Noperson included inthe terms defined in paragraphs (b)(1)through(6)shall acquire a financial interestina project businessentityorpropertyatatimewhenthepersonbelievesor has reasontobelievethatthe financial Page 27of74 Thomas P.Pepe 02-23-15 interest may be directly affected by official actions orby official actionsbythecityorcity agency of which the person Is an offidal,officer or employee. (0)Recommending professional services. No person Included intheterms defined in paragraphs (b)(1)through (4)may recommend the services of any lawyer or law firm,architector architectural firm,public relations firm,or any otherpersonor firm,professional or otherwise,toassistinany transaction involving thedtyoranyofits agencies,provided thata recommendation may properlybe made when required tobemadebythedutiesof office andin advance ata public meetingattendedbyothercity officials,officers or employees. (p)Continuing application after city service. (1)Noperson included intheterms defined in paragraphs (b)(I),(S)and (6)shall,foraperiodoftwoyearsafter hisorherdtyservice or employment hasceased,lobby anycity official [as defined in paragraphs (b)(1)through (6)]In connection with any judidal orother proceeding,application,Solicitation,RFQ,bid,request for ruling orother determination,contract,claim,controversy,charge,accusation,arrestorother particular subject matterin which thedtyoroneofits agencies isapartyor has any Interest whatever,whetherdirector Indirect Nothing contained inthis subsection shall prohibit any individual from submitting a routine administrative requestor application toadty department or agency during the two-year period afterhisorher service has ceased. (2)The provisions ofthe subsection shall not apply topersonswho become employed by governmental entities, SO I(c)(3)non-profit entitiesor educational institutions or entities,andwho lobby on behalf ofthoseentitiesin their official capacities. !(3)The provisions ofthis subsection shall apply to all persons described in paragraph (p)(l)whosecityservice or j employment ceased afterthe effective dateofthe ordinance from which this section derives. (4)Nopersondescribedin paragraph (p)(l)whosedtyserviceor employment ceasedwithintwoyearspriorto the effective dateofthisordinance shall foraperiodoftwoyearsafterhisorherserviceoremploymententer intoa lobbying contractto lobby anycity official in connection withany subject describedin paragraph (p)(I)in which thecityoroneofits agencies isaparty pr hasanydirectand substantial interest;andin which heorshe |partidpated directly or indirectly through decision,approval,disapproval,recommendation,therenderingof advice,investigation,or otherwise,duringhisorhercityserviceoremploymentAperson participated "directly" whereheorshewassubstantially involved intheparticularsubjectmatterthrough decision,approval,disapproval, recommendation,therenderingof advice,investigation,orotherwise,during his or hercityserviceor employment.Apersonparticipated "Indirectly"whereheorshe knowingly participated inanywayinthe particular subjectmatterthroughdecision,approval,disapproval,recommendation,therenderingof advice,investigation,or otherwise,during his or her dty service or employment All personscoveredbythis paragraph shall executean affidavit onaformapprovedbythe city attorneypriorto lobbying anycity official attestingthatthe requirementsofthissubsectiondonotprecludethepersonfrom lobbying dty officials. (5)Anypersonwhoviolatesthis subsection shall besubjecttothe penalties providedinsection 8A-2(p). (q)City attorney to render opinionson request Whenever any person includedinthe terms definedinparagraphs (b)(l)through(6)andparagraph(b)(9)isin doubtastotheproperinterpretationor application ofthisconflictofinterestandcodeofethics ordinance,or wheneveranypersonwhorendersservices to thedtyisin doubt astothe applicability oftheordinancethat person,maysubmittothecityattorneya full written statement ofthefactsandquestions.Thecityattorney shall. thenrenderanopinion to suchpersonand shall publish these opinions withoutuseofthenameoftheperson advised unless thepersonpermitstheuseofaname (Ord.No.6-99-16B0,§2,3-2-99) Editor*note-Ord.No.6-99-1680,§I,adopted 3-2-99,repealed §§8A-I and 8A-2 intheirentiretyand replaced themwithnew§§ 8A-1 and 8A-2.Former §§8A-I and 8A-2 pertainedto declaration of policy and definitions,respectively,and derivedfrom Ord No.634,§§I (I A-1).I (IA-2)adoptedJan.II,1969. END OF SECTION Page28of 74 Thomas F.Pepe 02-23-15 PRESENTATION TEAM DEClARATtON/AFFIDVAIT OF REPRESENTATION This affidavit isnot required for compliance with the City's Solicitation;however,It may be used to avoid theneedtoregister members ofyour presentation teamas lobbyists.Pursuant to City Ordinance 28-14- 2206 (c)(9),any person who appears asa representative foran individual or firm foranoral presentation beforea City certification,evaluation,selection,technicalrevieworsimilarcommittee,shalllistonan affidavit provided bythe City staff,all individuals who may make a presentation.The affidavit shall be filed by staff with the Clerk's office atthe time the committee's proposal is submitted tothe City Manager.For thepurposeofthis subsection only,the listed members ofthe presentation team,with the exception ofany person otherwise required to register asa lobbyist,shall notbe required to pay any registrationfees.Nopersonshallappearbeforeanycommitteeonbehalfofananyoneunlessheorshe hasbeenlistedaspartofthefirm'spresentationteampursuanttothis paragraph orunlessheorsheis registeredwith the City Clerk's officeasalobbyistandhaspaidallapplicablelobbyistregistrationfees. Pursuantto '92.525(2),Florida Statutes,the undersigned,JavierGar7.onmakesthe following declaration underpenaltyof perjury: Listed belowareall individuals whomaymakeapresentationonbehalfoftheentitythattheaffiant represents.Pleasenote;Nopersonshallappear before any committee on behalf of anyone unlesshe orshehasbeenlistedaspartof the firm'spresentation team pursuant to this paragraph orunlesshe or she is registered with the Clerk'sofficeasa lobbyist andhaspaidallapplicablelobbyistregistration fees. NAME TITLE Raidel Perez President . Tavier Garzon Vice President For the purpose ofthis Affidavit of Representation only,the listed members of the presentation team, with the exceptionofanypersonotherwiserequiredtoregisterasalobbyist,shallnotberequiredto payanyregistrationfees.The Affidavit ofRepresentationshallbe filed withthe City Clerk's officeat the time the committee'sproposalis submitted totheCityaspartoftheprocurementprocess. Underpenaltiesofperjury,I declare that I haveread the foregoingdeclarationand that thefacts stated inrt are true andspecifically that the personslistedabovearethe members ofthe presentation teamof the entity listedbelow Executed this14thdayofAugust,20L5 ature of Representative 'Tavier Garzon.VP R.P,Utility ft Bycavatlon Corp. Print Name and Title Print name of entity being represented Page 29 of 74 Thomas F.Pepe 02-23-15 Exhibit #l SCOPE of Services Attachment A Drainage Improvements at Dante FascellPark RFP#PR-20I5-I6 I.General Requirements: The City's Parks and Recreation Department is soliciting proposals from qualified companies to perform drainage improvements in Dante Fascell Park,located at 8600 SW 57 Avenue,South Miami,Florida,33143.This project aims to improve and resolve the ponding caused by the run offfrom the existingtenniscourtslocatedatDante Fascell Park. The work specified in this Request for Proposal (RFP)shall consists of furnishing all goods, materials,supplies and services,including butnot limited to all laborof Contractor and all allowable subcontractors,disposal of materials,and cost of machinery,tools,transportation, equipment rentaland permits,to perform all ofthe Work described belowand which is necessary to provide a completed project that meets all ofthe needs described in this Scope of Services.Permit fees are waived for permits required to be issued by the City of South Miami. Permit fees from other government entities,if required,shall be the responsibility of the Respondent/Contractor however,in all cases;it is the responsibility of Respondents/Contractors to secure any and all permits that may be required for this project II.Site Specifications and Location: The site is located within the City of South Miami;Dante Fascell Park,8600 SW 57 Avenue, South Miami,Florida,33143. HI.Plans and Specifications &ProjectDuration: Dante Fascell Park Drainage Improvements and Drainage Calculations,prepared by Milian,Swain and Associates,Inc.,dated June 25,2015,are included and are part of this RFP by way of reference;Exhibit I,Attachment B.The work shall be completed within 60 working days. IV.Warranty: If equipment is being provided,the standard manufacturer's warranty information must be provided in writing for all equipment being proposed,including installation by an authorized dealerbefore final paymentismade. V.Project Funding: This project is funded with City of South Miami Capital Improvement Funds. END OF SECTION Page32of 74 Thomas F.Pepe 02-23-15 ^ Exhibit m Scope of Services Attachment B Drainage Improvements at Dante Fascell Park RFP#PR-20I5-I6 Drainage improvements and Drainage Caicuiations prepared by: Milian,Swain and Associates,Inc., dated,June25,2015 ^m Page 33of74ThomasF.Pepe 02-23*15 t - 4 D A N T E F A S C E L L P A R K D R A I N A G E I M P R O V E M E N T S 86 0 0 SW 5 7 AV E N U E , SO U T H MI A M I , FL O R I D A D R A I N A G E P L A N S (J U N E 25 , 2 0 1 5 ) IN D E X O F S H E E T S SH E E T N O . DE S C R F T W N 1 3 C - 3 LEGEND G - 1 G - 2 C - 1 C - 2 C - 3 C O V E R S H E E T GE f E R A L NO T E S A N D SP E C I F I C A T I O N S PA V N G , GR A D N G AN D D R A I N A G E P L A N SE C T I O N S DR A J N A G E ST R U C T U R E T A B L E A N D DR A N A G E TY P I C A L D E T A I L LO C A T I O N I O U . I* - W SK E T C H P R E P A R E D F O R C I T Y O F S O U T H MI A M I PU B L I C W O R K S D E P A R T M E N T PR E P A R E D B Y : \ f l \ f A M*l« « < » Sw i g e As s o c i a t e s , [n o , / r / i f / l 20 2 5 *• * • 32 n d AV E N u t , MIA M I . FLH W O A 33 t 4 5 «* • V J L K M JL TE L (3 0 5 ) 4 4 1 - 0 1 2 3 FA X (3 0 5 ) 4 4 1 - 0 6 8 8 CM . * OM R O N l t f N M L EN G I N E E R S • VT T U T Y UW A C O f f K T • RH W O A L CO M S U L T / W T S CE R T I F I C A T E Of AU T H O R I Z A T I O N NO . SU O —•/*warofwar KMOKttrCOnOUNE SGCnONUfC puoremvu*o*OJSI1NCCWOCBCWtfWN i>c—zzzx:OOST.ORMUCE (SB)COST.CATCHMSN •*.fi.•MEKrofwom CERTFICATiQN!THBPUNwaPBBBARpUNDERUY0«&CT?ONANDTO THEBISTOPMTttONUDQEV©BEUETf'THEMINTOPTHE.WWW.OPUNFORMI STANflAWgP0WOESOH.CONSTRUCTIONmPMSTREETSANDWOMWTS.ASADOPTEDI UOSLMURE,CHAFER72-328Fi GENERALNOTESANDSPECIFICATIONS A.AllCONSTRUCTIONANDMAIEKHLSSHALLCONFORMTOTHESTANDARDS MOSPfiOnCAlTONSOPTHECflYOFSOUTHMAMPUBUCWORKS DEPARTMENTANDMAM-OAOCCOUNTY.PUBUCWORKSDEPARTMENT. 1DEPARTMENTANDAU,OTHERAPPLICABLE aTHECONTRACTORSHALLBERESPONSBLCFOREN5URMSTHATAU CONSTRUCnONSHAU.BEOONEMASAFEMAHNER_AHDMSTTDCT COMPLIANCEWITHALLTHEREOUREM9ITSOFTHEFIDGRALOCCUPATIONAL SAFETYANDHEALTHACTOP1970ORLATESTEDITION.ANDALLSTATEANO LOCALSAFETYANDHEALTHREGULATIONS, CAILELEVATIONSSHOWNONTHECONSTRUCTIONORAWMCSAREBASEDON NATIONALCEODEHCALVERTICALDATUMOFIWfl.(ROYO),UNLESSOTHERWISE NOTED. 0.CENTERLtCOEOMETRYANDOMEMSKMSSHOWNONTHESEPLANSARE MTENOEDFORUXMttMMGHANDWWPOMTSANDARENOTTOBEUSED FORSITEtAYOUT.FMALSTTELAYOUTSHAU.BEDONEMACCORDANCEWITH THETQPOCRAPHJCSURVEYPSVORVEDBYLONOflUOESURVEYORS,MAYS 2013.(7715NW40ftSTREET,SUITE310OORAL*33166.PHONE (305M*3-0fll2 I.PPBCONSTPUCTlOHPEBPQHSBUnEB: A.THE^FORMATIONPRCMOEDMTHESEPUNSgTOASSgTTHECONTRACTOR MASSESSMGTHENATUREANDEXTENTOFTHECONDTOONSWHICHMAYBE ENCOUNTEREDDURINGTHECOURSEOFTHEWORK.ALLCONTRACTORSARE OjCCTEO.PRIORTOBOOMS.TOCONDUCTANYINVESTIGATIONSTHEYOEEM NECESSARYTOARRIVEATTHDROWNCONCUJS0NSRECARDMCTHEACTUAL CONDITIONSTHATWKJLBEENCOUNTEREDANDUPONWMCHTHOR808WILLBE BASED. B.UPONTHERECOPTOFTHENOTICETOPROCEED',THECONTRACTORSHALL CONTACTTHEENGMEEROFRECORDANDARRANGEAPREC0N5TRUCTI0N CONFERENCETOINCLUDEALLINVOLVEDGOVERNMENTALACEWCCS.U1TUTY OWNERS,THEOWNERANDTHEARCHITECTOPRECORD. CTHECONTRACTORSHALLCONTACT^SUNSHMEONE-CALLOFFLOMDA*BY CALUNG1-600-432-4770ATLEAST46HOURSPRIORTOCOMMENCINGANY EXCAVATIONORCONSTRUCTIONINORDERTOPROVSJEFORTHELOCATIONOF EXSTMOUNDERGROUNDl/nUTCS. 0.EXCTN6UTILfTgSSHALLBEMAMTNNEOMSERVICEOURINGCONSTRUCTION UNUSSSOTHERWISEAPPROVEDBYTHEUTWTYOWNER.ALLEWSTWOUU/TtES ARETOREMAINUNLESSOTHERWOENOTED. E.THECONTRACTORSHALLCOOROHATEWITHUTRJTTESTOARRANGE ROACARONANOTEMPORARYSUPPORTOFUTILITYFEATURES.ETCAS NECESSARYTOCOMPLETETHEWORK.TMSINCLUDESEH5TINCSTORM SEWER,SAMTARYSEWER.WAtERMAMS.FORCEMAMS,CASMAMS.ELECTRCAL. CABLEANDTELEPHONEUnUTSS. SURVEYORANOJ IONLY.ALLUnUTVMFORUATXJNWASSUPPUEOBY IUnUTYOWNERTHEREMAYBEOTHERMPR0VEMENT5 -^*THEPREPARATIONOFTHESEPLANSANOTHEENQMGER ASSUMESNORESPONSBUTYFORTHEFACUTCSSHOWNORANYOTHER FAOUTCSNOTSHOWN.THECONTRACTORSHAU.FCLOVERTYANDLOCATE (UNEAtCRADQAU.EXSTMOUTUTCS.THECONTRACTORSHALLVERWVAU. irnunesbyeuctromcmethodsandbyhandexcavationm COORDMATIONWTTHALLUHJTYCOMPAN33PRIORTOCOMMENCMGANY CONSTRUCTIONOPERATION.UNLESSOTHERWISEALLOWEDBYTHEOWNERTMS WORKBYTHECONTRACTORSHALLBECCNSOEREOMCOENTALTOTHE CONTRACTATNOADDITIONALCOSTTOTHEPROJECT. Lr.UPONEXCAVATION,EXISTINGCONDITIONSAREFOUNDTOBEMCONFLICT WITHTHEPROPOSEDCONSTRUCTION,THECONTRACTORSHALLSJMEDtATELY NOTTFYTHEENOMGGROFRECORDSOTHATAPPROPRIATEMEASURESCANBE TAKENTORESOLVETHEPROBLEM. J.ITSHAU.BETOCONTRACTOR'SRESPCN9BUTYTOVERTICALLYANO HORIZONTALLYPROTECTANYANDAU.EXSRMOUTVTKSONTMSPROJECT. ANYOAMAOETOSUCHUTTLmESSHOWNORNOTSHOWNONTHEPLANS SHALLBEMMEDMELYREPAIREDTOTHEUTUTYOWNER'SSATISFACTIONATNO ADDITIONALCOSTTOTHEPROJECT.THEOWNERRESERVESTHERKHTTO REMEDYSUCHDAMAGEBYORDERMGOUTSDCPARTISTOMAKESUCH REPAJR5ATTHEEXPENSETO!>€CONTNAJSTOR ft8H0PORAWMQa: APRIORTOTHORCONSTRUCTIONORMSTALLATKJN.SHOPDRAWMGS SHAU.BESUBMTTEDTOANOAPPROVEDBYTHEENGMEEROFRECORD FORBUTNOTLUTEDTO.THEFOUJDWMSITEMS:CATCHBASM,STORM ROCK,EXFURAnONTRENCHFUERFA6RKLWATERMAMS.SEWERMAMS ANDAPPURTENANCES.MADOTTXM,SOMECfltES.COUNTIES.STATEAND/OR 'S0N£LJFUW,0Rr«ENCCSRB8U«ETHEMOWNMDMDUALREVIEW AN04£50V*L!L,S™*»»PONseuTYofthecontractortoobtam AUOTHERAGENCYSHOP0RAWMGAPPROVALSWREOURED. IV.TEMPORARYFACUnEft ATHECONTRACTORSHALLMAWTAMACLEARPATHFORALLSURFACE WATERORAMACESTRUCTURESANODITCHESOURMOALLPHASESOF CONSTRUCTION,¥APPLICABLE. B.TRAFFICMBULATJON: 1._THECONTRACTORSHALLPROVE*ALLWARNMOSIGNALS.SKMS,UCHTS ANOFUCPERSWSASNECESSARYFORTHEMAINTENANCEOFTRAfPlC WnHMPUBUCWCHT-OF-WAYSMACCORDANCEWITHTHEMANUALON UNIFORMTRAFFICCONTROLDEVICES(MjUXCJ).).CfTYOFSOUTHMUM PUMWORKSDEPARTMENT.ANOTHEMMft-OAOECOUNTYPUBLICWORKS DEPARTMENT.WAPPUCABLE. 2.ALLOPENTRENCHESANOMOLESADJACENTTOROADWAYSOR WALKWAYSSHALLBEPROPERLYMARKEDANOBARRKJAOEDTOASSURETHE SAFETYOPBOWVEHICULARANDPEDESTRIANTRAFFIC 3.NOTRENCHESORHOLESNEARWALKWAYS,MROADWAYSORTHEJR SHOULDERSARETOBELEFTOPENDURMCMCHTTIMEHOURSWITHOUT EXPRESSPERMBSONOFTHEMAM-OADECOUNTYPUBUCWORKS DEPARTMENTAMDTHECfTYOFSOUTHMAMPUBUCWORKSOEPARTMENT. V.PROJECTCLOSCOUT. A.CLEANMGUPi 1.OURMGCONSTRUCTION.THEPROJECTSITEANDMLADJACENTAREAS SHALLBEMAMTAMEOMANEATANDCLEANMANNER,ANDUPONFMAL CLEAN-UP.THEPROJECTSTfESHALLBELEFTCLEAROFALLSURPLUS MATERW.ORTRASH.THEPAVEDAREASSHAU.BESWEPTBROOMCLEAN. 2.THECONTRACTORSHAU,RESTOREORREPLACE,WHENANDAS OMECTEO.ANYPUBLICORPRMUEPROPERTYOAMAGEOBYMSWORK. EqUgMEHTAM/OREMPLOYEESTOACOHORTONATLEASTEQUALTOTHAT EMSTMOMMEOMfUrPRKMTOTHE6ECMMN0OFOPERATIONS. 3.THECONTRACTORSHALLREPLACEAILPAVMO.STAOUZEOEARTH, CURBS.DRIVEWAYS.90EWALKS.FENCES.MAftfiOXES.SONSANOANY OTHERMPROVBCNTSREMOVEDOURMGCONSTRUCTIONWITHTHESAME TYPEOfMATENALANDTOTHECONDITIONWHICHEXSTEOPTOORTOTHE *.WHEREMATERW.OR0EBR8HAVEWASHEDORFLOWEDMTO.ORHAVE "OITCHES.DRAMS.CATCHBASMS.OR ECONTRACTOR'SOPERATIONS.SUCH REMOVEDANDSATTSFACTOMLYDISPOSEDOF WORK.ANOTHEAREAKEPTMACLEAN WPERMANENTREFERENCES.REMOVEDOR OURMSCONSTRUCTIONSHALLBE RECtSTEREOLANOSURVEYORATTHE ELSEWHEREASARESULTOF MATERIALOROjBRjSSHAU.BE OURMGTHEPROGRESSOFTHE ANONEATCONOmON. B.AU.PROPOffYMONUMENTS OESTROYEDBYTHECONTRACTOR RESTOREDBYASTATEOF IrWRMCTHEDAJLYPROGRESSOFTHEJOB.THECONTRACTORSHAU. RECORDONMSSETOFCONSIHUCnONORAWMGSTHEEXACTLOCATION, LENGTHANDEtfVATIONOFANYFAOJTYNOTBUSTEXACTLYACCORDMO TOPLANS. 2.rAPPUCASLE,UPONCOMPLETIONOFORAMACEIMPROVEMENTSAND UMEROCKBASECONSTRUCTION(ANOBEFOREPLAOMOASPHALTPSAVEMfNT) THECONTRACTORSHALLFURMSHTHEENGMEEROFRECORD>S-BUU" PUNSFORTHESEIMPROVEMENTS.SHQMWQTHELOCATIONSANO PERTMENTGRADESOFALLORAMACEINSTALLATIONSANOTHEFMSHED ROCKGRADESOFTHEROADCROWNANDEDGESOFPAVEMENTAT23FEET MTERVALS. 9.UPONCOMPLETIONOFCONSTRUCIIUN.ANDPRIORTOFMALPAYMENT. THECONTRACTORSHALLSUBMITTOTHEENGMEEROFRECORDONE COMPLETESETOFALL'AS-6UU"CONTRACTORAWMGS.THESEDRAWMG5 SHALLBEMARKEDTOSHOW"ASHSUU*CONSTRUCTIONCHANGESAND DIMENSIONS.LOCATIONSANOELEVATIONSOFALLIMPROVEMENTS. 4.ALL•aS-DULTMFORMATIONSHALLBECERTIFIEDBYAflOROA REOISTEflEDLANDSURVEYOR VIEARTHWORKANDCOMPACTION: A.EARTHWORKANDCOMPACTIONSHALLBEPERFORMED1--, WITHCfTYOFSOUTHMAMOEPARTMENTOFPUBLICWORKSSTANDARD SPGCnCATWNSANOTHEMAMOAOECOUNTYPUBUCWORKOEPARTMENT. rAPPUCABLE VI8TORMORAHAOE: ADJUSTEDTOCONFORMTONEWOREXSTMOGRADES. AREREFERENCEDTOTICCENTEROPSTRUCTURES. XWHEREAPPOCABUE,ALLSTORM SHAU.CONFORMTOCfTYOFSOUTHMIAMIDEPARTMENTOFPUBUCWORK EttAVAJWN.TRENCMMQANDBACXFRUNGFORP4PESTRUCTURES CATCH6ASMS SEEPAGEORAM(FRENCHORAM) h-'ikSSPSS"jmKHSHMi«*«JUL£0MTHEORAMACEPLANS EHLS^SSRSHS-J0uwTHEmjam-oaoecountypublicworks MA]<U/LMOINSTAU£&ATTHEWIDTH.DEPTHANDELEVATIONSHOWNONTHE APPROVED>CROSS.SECTIONDEPICTEDONTHEPLANS.ANYCONFLICTWITH EXSTMCORPROPOSEOUTfUTTESSHALLMMEDWTELYBEBROUGHTTOTHE ^JPSSLSL^LS^S0*-""B«W«ABUIMAIEMALENCOUNTEREDM *"!l3tC<M^_roJJHEEXPIURATIONTRENCHSHAU.BEREMOVEDAS DIRECTEDBYTHEENGMEER ?iJ^LSSSiSL92°*8MWS*•STRUCTURESSHAUBEPRECASTCONCRETE ASMANUFACTUREDBYUS.PRECASTCORPORATIONORAPPROVEDEQUAL. 2-.J£JE2£HS^SLSSKJSf^«seuxteo««*theustof SES2SH5F£SJ£§5FT(fesA"*™BYTHECITYOFSOUTHMAM PUBUCWORKSDEPARTMENTANDRERITSHAU.BEUSEDTOWRAPMLSMS ANOTOPOFTHEEXFUTWIONTRENCH,THETOPSECTIONOFTHEMATERAL SHALLBELAPPEDAMMMUMOF12MCKESANOTHECONTRACTORSHALLTAKE EXTREMECMCMBACKFUMOTOAVOWBUNCHMQOFTHEFMBfBC. E.PERFORATEDPFCSHALLTERMINATE4'-OaFROMTHEORAMACESTRUCTURE. THEREMAMMO4'-0"SHALLBENON-PERFORATEDPfE. £-f5^AJS2**1^WBCTIVECOVEROF24MCKESOVERSTORMSEWER ANDMMiUNNECESSARYCROSSMOBYHEAVYCONSTRUCTIONVEHICLESDURMC C.THECONTRACTORSHALL EXFURATIONSYSTEMCONTM PLYWOODONORFMERFABRKJ O0N5TRUCTMNOPERATIONSARE C24-Q5 G-2 at s - s e - v r t A /- S . B 3 Ar i L . =« ^ = ^ y- S . 7 1 J > 1 IP . 4* PV C HP E - * X h _ ^ ' ** « ^ •9 S Q T P N A- A s c A u a r - s ' - z s s s r -P R O P . OR A T E MO O E L ZU R N ( 7 71 2 - H O C OR AP P R O V E D EQ U A L ) /- S J 7 X CO N C R E T E T R E N C H O R A M CA S T IN PL A C E (3 0 0 0 pM ) /*M=m{ap4.tl !s!l mi ill i i i Tffl—mnmeo C24-05 C-2 - f e ^ h BO T T O M OF TR E N C H ^ OH A M A t i i ST R U C T U R E SC H E D U L E ) 8 & J T S « BO T T O M O F T R E N C H Q_ - (S E E OR A M A C E ST R U C T U R E SC H E D U L E ) •M A Y BE U S E D M A R E A S WH E R E TR E N C H WA L L S Wf t L NO T ST A N O VE R T I C A L , OR W H E R E CA V E - * BE L O W T H E W A T E R T A B L E IS UK E L Y TO O C C U R T O B E U S E D A T T H E EN G I N E E R ' S Ot S C R E T W R •- / • ' • •— B O T T O M OF OP E N BO T T O M - / BA F F L E FR O N T V I E W ^ ^ SC A L E : RT * I - SO U O TO P OP T I O N : AL U M M U M SH E E T O F S A M E 8 2 2 ^ JS * M S 9 ^ . « « «* " • BE WEUJED A L T . T R A N S . S E C T I O N - SC A L E : N . T . S . B A F F L E ( P U B ) P E T A L N. T . S . TY P f C A L EX n L T R A T l Q N TR E y K ^ _ D j E I A | , SC A L E : N. T . S . H O T E S : U^ J S f f 0 8 6 0 "" E N C H SH A L L BE EX C A V A T E D TO TH E BO T T O M OF TR E N C H EL E V A T I O N UN L E S S AP P R O V E D OT H E R W I S E BY T H E EN G M E E R OF RE C O R D . I X ?2 £ K ^ « * * * " l " , C A ' , 0 C ** - * * * BO T T O M OF TR E N C H EL E V A T I O N S AN D LE N G T H OF T H E EX W L T R A T t O N TR E N C H E S MS T A L L E D TO T H E EN G M E E R OF S P S P J S ^ l ^ ^ S ! * 1 - " <* * * * » BY A LA N D SU R V E Y O R RE G I S T E R E D M T H E S T A T E O F FL O R I D A . IM U £ 2 w 2 J c r 5 2 L ^S S f J S L ™ 6 * ° * t* 0 * * *s ~ * * J re q u i r e m e n t s m AO O m O N TO . A N O RB G A f l C U S S OF . T H E RE O U M E M E N T S OF TH E CI T Y OF MI A M A N O I ^ ^ A O E CO U N T Y PU B U C WO R K S DE P A R T M E N T OR AN Y OT H E R AG E N C Y OR EN T I T Y HA V M G JU R I S D I C T I O N OV E R T H E PR O J E C T . A t . CU P A N G U S' X S ' X I / * " r LO N G W I T H 3/4* ^ SL O T T Y P E 4 R E D O J5 d m W . * P ' H J S . DR A I N A G E ST R U C T U R E SC H E D U L E NO . TY P E * WS t O E DI M E N S I O N GR A T E / W M EL E V A T I O N PI P E IN V E R T EL E V A T I O N BO T T O M OF TR E N C H QJ E V . P R B RE M A R K S N s E W N £ S E NW S W S O - O t CA T C H BA $ M e ' * e ' C I O 2 . 6 0 - 2 J 0 <- > e . « o E ®TBO—SJS3E C24-0S C-3 "DANTE FASCELL PARK" DRAINAGE IMPROVEMENTS" Prepared for: CITY OF SOUTH MIAMI 4795 SW 75th AVENUE, MIAMI,FL,FL 33155 Prepared by: MILIAN SWAIN AND ASSOCIATES,INC, 2025 SW 32 AVENUE,SUITE 110 Miami,FL.33145 JUNE 25,2015 \f Introduction: "DANTE FACELL PARK" "DRAINAGE IMPROVEMENTS" SOUTH MIAMI DADE,FLORIDA This project consist of providing drainage improvements inthe"Dante Fascell Park located at 8600 SW 57 Avenue,South Miami,Florida,in Section 36, Township 54South,andRange40 East. This project aims to improve the tennis court's drainage by eliminating the slippery layer of clay that accumulates on the existing asphalt path. Drainage Design: Design Parameters: Design Storm:5-Year Storm event.Storm intensity derived from Miami Dade County Public Works Manual (Figure W.C.1.1)using a 10- minute (minimum)time of concentration. Design (October)Water Table:2.80 N.G.V.D.(See Attachment A) Drainage Tests: Two (2)SFWMD Usual Open Hole (Constant Head)Tests were performed onsite by Geosol,Inc.at a depth of 15 feet from existing grade.The tests yielded a hydraulic conductivity (K-Value)ranging from 2.53xl0"3 cfe/rf-ft head to 3.10x10'cfc/fr-ft head.An average of the tests was used in the exfiltration trench length calculations.(See Borehole Percolation Testing by Geosol,Inc.in Attachment B)The drainage test results are summarized as follows: ^ctStrNa Hydraulic Conductivity(k) EX-1 2.53x10"3 EX-2 3.10X10-3 f Drainage Calculation Results: The length of 15-foot deep exfiltration trench needed to dispose of the storm runoff from the contributing drainage areas was calculated following the Miami-Dade Department of Environmental Resources (DERM)Mass Balance approach (See Attachment C).The total length of exfiltration trench provided for each drainage area exceeds the required trench length as is shown in the following Exfiltration TrenchLengthSummaryTable: ri^;i?Vv <'E&ftltt^ Area ID Structure ID Contributing Area (ac.) Trench Required (if)* Trench Provided (If) Basin 1 SD-1 0.49 24 25 (*)Length of ExfiltrationTrenchrequired INC XUDLNG asafety factor of 2.0 Respectfully submitted, MILIAN SWAIN AND ASSOCIATES,INC ARSENIO MILIAN,P.E.Date Registered Engineer #13134 State of Florida r? ATTACHMENT A OCTOBER WATER TABLE tf AVERAGE OCTOBER GROUND WATER LEVEL 012345678910 SCALE IN MILES 1960-75 1"=30.000' NOTES: 1.CONTOUR INTERVAL 1.0 FOOT. 2.DATUMISMEAN SEA LEVEL. 3.PREPARED FROM MIAMI-DADE CO.P.W.D.ACAD DWGS.AS SOCIATED WITH W.S.2.2 DANTE FASCELL PARK 8600 SW 57Avenue,South Miami,Fl if ATTACHMENT B BOREHOLE PERCOLATION TESTING fp Mifian Swain &Associates,Inc 2025SW32rfAYenue,SUiie110 Apri,30 2015Miami,FL 33145 "PnuiWOIS Attention:Mr.Julio Menache Re:LettorReport of Borehole Percolation Twtinfl City ofSouth Miami,Florida Dear Mr.Menache: The borehole percolation tests vu*w»r\orfr*r«v^•Open-Wote-constant head mJHSK5£S!!S??f8 Water "•"«—*Dfe«*(SFWMD,Uua. subs^materialsatdepthsof15feetbeKisfinC^brt and water.Upon dnlng thebo^oles,weTnSSK^^^ N*/ Sincerely/Mo.'SO.-;<<| GEpSpL,INC, !6^,ff^',! O ?. iJ^<f SenioriaeS^gl^l^Poi^entFtorklaL^1Eriy;\^ Attachments:1)Sheet 1:Test Location Plan 2)Table 1-Summary of Constant Head Percolation Test Results3)Schemata of SFWMD's Usual Open-Hole Testing £22 Addressee (4);File (1)cc: 5795-ANW 151st Street Miami Lakes,FL 33014 Phone (305)82M367;Fax (305)828-4235 E-mail:geosohisa@bellsouth.net '^S^WiAdnanIsmal,PIeV' Project Geotechnical Engineer Florida License No.76014 tf TEST LOCATION PLAN (§)P-l APPROXIMATE BOREHOLE PERCOLATION TEST LOCATION COUNTY:CITY OF SOUTH MIAMI,FLORIDA REFERENCE:GOOGLE EARTH,2015 DATE:APRIL,2015 TEST LOCATION PLAN PROPOSEDDANTE FASCELL PARK DRAINAGE IMPROVEMENTSLOCATED AT 8700 REDROAD CITY OF SOUTH MIAMI,FLORIDA Otot* sz XH£ N.T.S.2151(7 OR o»rc APR.,2015 SHEET I •rt TAM1 •WMMABY OF CONSTANT HFAD PERCm at^mT m]„^ Proposed Dante Fateell PtrK Drainage Improvements Located at 8700 RedRoad CityofSouth Miami,Florida GEOSOL PRtHECTtfft^T Teat No. P-1 P-2 Data Performed 04/28/15 04/26/15 Diameter Casing (Inches) 800 600 Hole (Inches) 675 6.75 Depth of Hole (Foot) 15 15 DepthtoGroundwaterLevel Below Ground Surface (Feet) Prior to Test During Test 36 3.00 40 350 SATURATED HOLE DEPTH Ds (Feet) 11.40 11.00 fioiQKtat Depth of Hole(Feet) 12.00 11.50 Average Flow Rate (gpm) 143 14.0 (1)The abwehyoraulte conductivity values am for a FrarH*drain insto^ The values represent an ultimate value.The designer should decide on the required factor of safety. (2)^riydraulteconAK^ CONSTANT HEAD PERCOLATION test procedure as shown on the following page, (3)The diameter of the HOLE was used in the computation of the hydraulic conductivity values presented in the above table. SUBSURFACE STRAT1RCATIQII TEST No. TEST LOCATION (FEET1 DEPTH yfcETy JQgMEEAl matcoiai ne^^r,^ NORTHING EASTING FROM TO P-1 494057 691541 0 00 0.17 P-2 404014 891344 -L2L. 000 0.17 2.00 4/3072015\4:42 PM\1\215117PE sds 0.17 2.00 J5£0_ 0.17 2.00 15.00 ItyFineSANDwithGrass (TOPSOIL) ittty Fine to Medium SAND withSome Umarock Fragments (FILL)LtohtgiownSandv LIMESTONE Dark Brown Organic Siltv Fine SAND with Grass(TOPISOIL) Brown SKohtfy SBtv Rno to Medium SAND withSome Umerock Fragments (FILL) Ught Brown Sandy LIMESTONE K,Hydraulic Conductivity (cfsffi»-FtHeed) 2.53E-03 3.10E-03 if USUALJDPEN -HOLE TEST N.G. 77777 7777777777777777777777 Hi Ha WATER TABLE .T K 4Q Ds 1 ELEV."A" -fTdtSH^4HZDS+H?d) K-HYORAULIC CONDUCTIVITY (CFS/FT.1-FT.HEAD) Q ="STABILIZED"FLOW RATE (CFS) d -DIAMETER OF TEST HOLE (FEET) H2 «DEPTH TO WATER TABLE (FEET) Ds *SATURATED HOLE DEPTH (FEET) ELEV."A"»PROPOSED TRENCH BOTTOM ELEV. H»«AVERAGE HEAD ON UNSATURATED HOLE SURFACE (FT.HEAD) Reference.SFWMD Management and Storage of Surface Waters Permit Information Manual Vol.IV.Raurc 3.Pace 12 -P ATTACHMENT C MASS BALANCE CALCULATIONS r? PROJECT NAME MASS DIAGRAM OF INFLOWS AND OUTFLOWS DANTEFASCELLPARK DRAINAGE IMPROVEMENTS DRAINAGE ARFA TOTAL DRAINAGE AREA (ACRES) ACRES OF IMPERVIOUS AREAS ACRES OF PERVIOUS AREAS COEFFICIENT OF RUNOFF C FACTOR FOR IMPERVIOUS AREAS C FACTOR FOR PERVIOUS AREAS WEIGHTED COEFFICIENT OF RUN-OFF TRENCH SECT|OM CATCH BASIN GRATE ELEVATION (FEET) OCTOBER GROUND WATER (FEET) DEPTH OF TRENCH (FEET) BOTTOM OF TRENCH ELEVATION (FEET) DIAMETER OF PIPE (INCHES) COVER ON TRENCH (FEET) TOP OF TRENCH ELEVATION (FEET) COVER ON PIPE (FEET) TOP OF PIPE ELEVATION (FEET) H2 (FEET) Du (FEET) Ds (FEET) W(FEET) 0.49 0.49 0.00 0.9 0.3 0.90 6.10 2.30 15 -8.90 15 1.55 4.55 2 4.55 3.80 2.25 11.20 3.0 CB.El. OCT.W.T. 15"DIA.PIPE -8.90 Bottom of Trench REVISED (07-08-15)Mass Balance Calculations 7/17/2015 If STORAGE PIPE =PI(D)*2/4 =1.23 S.F.(CF/LF) ROCK =(Du xW-PIPE)x0.5 (50%VOIDS) TOTAL =PIPE+ROCK PERCOLATION TFgTQ K1 K2 K3 K4 K5 K6 K7 K8 K9 K10 K11 K12 2.53E-03 CFS/FTA2-FT HEAD 3.10E-03 CFS/FTA2-FT HEAD 2.76 3.99 K(AVG)=2.82E-03 CFS/FTA2-FT HEAD EXFILTRATION pATP FROM SFWMD MANUAL VOL.IV: OAF=K(H2W+2H2Du-Du*2+2H2Ds),IF Du>Ds Q/LF=K(2H2Du-DuA2+2H2Ds),IF Du<Ds Q/LF=2.73E-01 CFS/LF LENGTH OFTRFfir.y LINEAR FEET OF FRENCH DRAIN CALCULATED =12STORAGEAVAILABLEINSYSTEM(C.F.PER 1000)=0 05 LINEAR FEET OF FRENCH DRAIN REQUIRED (SF=2)=24 TIME TO GENERATE ONE INCH OF RUNOFF IN MINUTES VOLUME OF ONE INCH OF RUN-OFF IN CF STORM FREQUENCY IN YEARS INITIAL TIME OF CONCENTRATION =1778.7 =5 =10 TIME TO GENERATE ONE INCH OF RUN-OFF =n.13 TOTAL TIME TO GENERATE ONE INCH OF RUN-OFF =21.13 REVISED (07-08-15)Mass Balance Calculations S.F.(CF/LF) S.F.(CF/LF) 7/17/2015 <rf TIME INT. MIN.I/H 0 0.00 5 6.40 10 6.17 15 5.50 20 5.20 25 4.80 30 4.40 40 3.90 50 3.60 '60 3.20 90 2.50 120 2.20 150 1.80 180 1.60 SRAM FOR 5 YEAR STORM RUN-OFF CUM-RUN. C.F.S.C.F.X1000 0.00 0.00 2.82 0.85 2.72 1.63 2.43 2.18 2.29 2.75 2.12 3.18 1.94 3.49 1.72 4.13 1.59 4.76 1.41 5.08 1.10 5.95 0.97 6.99 0.79 7.14 0.71 7.62 URING 5 YEAR STORM CUM.EXF STORAGE TOT CUBIC FEET X 1 000 0.00 0.05 0.05 0.98 0.05 1.03 1.97 0.05 2.02 2.95 0.05 3.00 3.94 0.05 3.99 4.92 0.05 4.97 5.91 0.05 5.96 7.88 0.05 7.92 9.85 0.05 9.89 11.82 0.05 11.86 17.72 0.05 17.77 23.63 0.05 23.68 29.54 0.05 29.59 35.45 0.05 35.49 CUMULATED EXFILTRATION DURING TIME EXF. MIN.C.F.S. 0 3.28 5 3.28 10 3.28 15 3.28 20 3.28 25 3.28 30 3.28 40 3.28 50 3.28 60 3.28 90 3.28 120 3.28 150 3.28 180 3.28 REVISED (07-08-15)Mass Balance Calculations 7/17/2015 0•77 SUMMARYOFCUMULATIVEINFLOWSANDOUTFLOWS CUM-EXF+STOVERF.TIMECUM-RUN MIN.CUBIC 00.00 50.85 101.63 152.18 202.75 253.18 303.49 404.13 504.76 605.08 905.95 1206.99 1507.14 1807.62 FEET 0.05 1.03 2.02 3.00 3.99 4.97 1000 -0.05 -0.19 -0.38 -0.82 -1.23 -1.80 5.96.2.46 792-3.80 9.89 11.86 17.77 23.68 -5.13 -6.78 -11.82 -16.69 29.59.22.44 35.49.27.87 ADJUSTEDCUMULATIVEINFLOWSANDOUTFLOWS TIMECUM-RUN MINCUBIC 00.00 50.85 101.63 152.18 202.75 253.18 303.49 404.13 504.76 605.08 905.95 1206.99 1507.14 1807.62 REVISED(07-08-15)MassBalanceCalculations ADJ.CUM-RUN FEET CUM-EXF X OVERF. 1000 0.000.000.00 0.800.98-0.19 1.581.97-0.38 2.142.95-0.82 2703.94-1.23 3.134.92-1.80 3.445.91-2.46 4.087.88-3.80 4.719.85-5.13 5.0311.82-6.78 5.9117.72-11.82 6.9423.63-16.69 7.1029.54-22.44 7.5735.45-27.87 7/17/2015 If 40.00 35.00 30.00 25.00 s o o 20.00 § 15.00 10.00 5.00 0.00 CUMULATIVE INFLOW CURVE REVISED (07-08-15)Mass Balance Calculations -CUM-RUN ADJ.CUM-RUN -CUM-EXF 7/17/2015 <p EXHIBIT 2 Insurance &Indemnification Requirements 1.01 Insurance A.Without limiting its liability,the contractor,consultant or consulting firm (hereinafter referred to as "FIRM"with regard to Insurance and Indemnification requirements)shall be required to procure and maintain atitsown expense during the life ofthe Contract,insurance ofthe types and inthe minimum amounts stated below as will protect the FIRM,from claims which may arise outofor result from the contract orthe performance ofthe contract with theCityof South Miami,whether such claim is against the RRM or any sub-contractor,orby anyone directly or indirectly employed byanyofthemorby anyoneforwhoseactsany of themmaybe liable. B.No insurance required bythe CITY shall be issued or written bya surplus lines carrier unless authorized in writing bythe CITY and such authorization shall beatthe CITTs sole and absolute discretion.The FIRM shall purchase insurance from and shall maintain the insurance witha company or companies lawfully authorized to sell insurance in the State of Florida,on forms approved bythe State of Florida,as will protect the FIRM,ata minimum,from all claims as set forth below which may arise outofor result from the FIRM's operations undertheContract and for which the FIRM maybe legally liable,whether such operations bebythe FIRM orbya Subcontractor orby anyone directly or Indirectly employed by any ofthem,orby anyone for whose acts any ofthem may be liable:(a)claims under workers1 compensation,disability benefit and othersimilar employee benefit acts which are applicable totheWork tobe performed;(b)claims for damages because of bodily injury,occupational sickness or disease,or death ofthe FIRM's employees;(c)claims for damages because of bodily injury,sickness or disease,or death ofany person otherthanthe FIRM's employees;(d)claims for damages insured by usual persona! injury liability coverage;(e)claims for damages,other than totheWork itself,because of Injury toor destruction of tangible property,including loss ofuse resulting there from;(f)claims for damages because of bodily injury,death of a person or property damage arising outof ownership,maintenance oruseofa motor vehicle;(g)claims for bodily injury or property damage arising outof completed operations;and (h)daims involving contractual liability insurance applicable tothe RRM's obligations underthe Contract. 1.02 Firm's Insurance Generally.The FIRM shall provideand maintain inforceandeffectuntil all the Work to beperformedunderthisContracthasbeencompletedand accepted byCITY(orfor such duration asisotherwise specified hereinafter),the insurance coverage writtenon Florida approved forms and as set forth below: 1.03 Workers'Compensation Insurance atthestatutoryamountasto all employees in compliance withthe "Workers'Compensation Law*oftheStateof Florida including Chapter 440,Florida Statutes,as presently written orhereafter amended,and all applicable federal laws.In addition,the policy (ies)must include:Employers'Liability atthestatutory coverage amount.The FIRM shall further insure that all of Its Subcontractors maintain appropriate / levels of Worker's Compensation Insurance. 1.04 Commercial ComprehensiveGeneral Liability insurance withbroad form endorsement aswellas automobile liability,completed operations and products liability,contractual liability,severability ofinterestwith cross liability provision,and personal injury andproperty damage liability with limits of $1,000,000 combined single limit peroccurrenceand $2,000,000 aggregate,induding: •Personal Injury:$1,000,000; •Medical Insurance:$5,000perperson; •Property Damage:$500,000eachoccurrence; 1.05 Umbrella CommercialComprehensiveGeneral Liability insurance shall bewrittenona Florida approved form with thesamecoverageastheprimaryinsurance policy butintheamount of $1,000,000 per claim and $2,000,000AnnualAggregate.Coveragemustbeaffordedonaformnomorerestrictivethan the latesteditionof theComprehensiveGeneral Liability policy,without restrictiveendorsements,asfiledby the Insurance Services Office,and must indude: (a)PremisesandOperation (b)Independent Contractors (c)Products and/orCompleted Operations Hazard (d)Explosion,Collapse and Underground Hazard Coverage Page 34 of 74 Thomas F.Pepe 02-23-15 ) (e)Broad Form Property Damage (f)Broad Form Contractual Coverage applicable to this specific Contract,including any hold harmless and/or indemnification agreement (g)Personal Injury Coverage with Employee and Contractual Exclusions removed,with minimum limits of coverage equal tothose required for Bodily Injury Liability and Property Damage Liability. I 06 Bjislness Automobile Liability with minimum limits ofOne Million Dollars ($1,000,000.00)plus an additional One Million Dollar ($1,000,000.00)umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability.Umbrella coverage mustbe afforded ona form nomore restrictive than the latest edition ofthe Business Automobile Liability policy,without restrictive endorsements,as filed by with the state of Florida,and must include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS!The FIRM agrees thatif any part oftheWork under the Contract is sublet,the subcontract shall contain the same insurance provision asset forth in section 5.1 above and 5.4 below and substituting theword Subcontractor fortheword FIRM and substituting theword FIRM for CITYwhere applicable. •j L08 Fire and Extended Coverage Insurance /Builders*RiskV IF APPLICABLE: j A.In the event that this contract involves the construction ofa structure,the CONTRACTOR shall i maintain,withan Insurance Company or Insurance Companies acceptable tothe CITY,"Broad"form/All j Risk Insurance on buildings and structures,induding Vandalism &Malicious Mischief coverage,while in the {course of construction,including foundations,additions,attachments and all permanent fixtures belonging toandconstitutingapartofsaid buildings orstructures.The policy or policies shall alsocover machinery,ifthecostof machinery is included inthe Contract,orifthe machinery is located ina building thatisbeing renovated byreasonofthiscontract.Theamount of insurance must,at all times,beatleast !equal tothe replacement and actual cash value ofthe insured property.The policy shall beinthe name of theCITYandtheCONTRACTOR,as theirinterest may appear,and shall also covertheinterestsof all Subcontractors performing Work B,Adofthe provisions set forth In Section 5.4 herein bdow shall apply to this coverage unless it would be clearlynot applicable. 1.09 Miscellaneous: A.If anynoticeof cancellation of insurance or change in coverage is issued bythe insurance company or shouldany insurance havean expiration datethat will occur during the period ofthis contract,theRRM shall beresponsibleforsecuringotheracceptable insurance priortosuch cancellation,change,or expiration soastoprovide continuous coverageasspecifiedinthissectionandsoastomaintain coverageduring the lifeofthis Contract B.All deductibles mustbededaredbytheRRM and musthe approved bytheCITY.Attheoptionof the CITY,eitherthe FIRM shall eliminateorreducesuchdeductibleorthe FIRM shall procureaBond,ina form satisfactory tothe QTY covering thesame. CThe policies shall containwaiverof subrogation against CITYwhere applicable,shall expresslyprovide thatsuch policy or policies are primary overanyother collectible Insurance that CITY may have.The CITYreservestherightatanytimetorequestacopyoftherequiredpolldesforreview.All policies shall containa"severability of interest"or"cross liability"clausewithout obligation forpremium payment ofthe CITYaswellas contractual liability provision coveringtheContractorsdutyto indemnify the Cityasprovidedinthis Agreement D.Beforestartingthe Work,the FIRM shall delivertotheCITYandCONSULTANTcertificatesofsuch Insurance,acceptable to theCITY,aswellasthe insurance binder,ifoneis issued,the insurance policy, indudingthe declaration page and all applicable endorsementsand provide thename,addressand telephone number ofthe insurance agent orbroker through whomthe policy was obtained,The insurer shall be rated A.VII orbetterper A.M.Best's Key Rating Guide,latest edition and authorized to issue insurance intheState of Florida.All insurance polldesmustbewrittenon forms approvedbytheState of Florida and theymust remain in full force and effect for the duration ofthe contract period with the CITY.The FIRM may be required by the CltY,at its sole discretion,to provide a "certified cop/'ofthe Policy (as defined in Article I ofthis document)which shall include the declaration page and all required endorsements.In addition,theRRM shall deliver,atthetime of delivery of the insurance certificate,the following endorsements: (I)a policy provision oranendorsementwith substantially similar provisions as follows: Page35 of 74 Thomas F.Pepe 02-23-15 "TheCityofSouth Miami isan additional insured.The insurer shall pay all sumsthattheCity of South Miami becomes legally obligated to pay as damages because of 'bodily injury",'property damage',or "personal and advertising injury"andit will provide totheCity all ofthe coverage that Is typically provided underthe standard Florida approved forms for commercial general liability coverageAandcoverage B"; (2)a policy provision oranendorsementwith substantially similar provisions as follows: This policy shall notbe cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City ofSouth Miami ten (10)days advanced writtennoticeoftheintentto materially modifythepolicyorto cancel orterminate the policy forany reason.The notification shall be delivered totheCityby certified mail,with proofofdeliverytothe City." E.Ifthe FIRM is providing professional services,suchaswouldbe provided byanarchitect,engineer, attorney,oraccountant,to nameafew,theninsucheventandin addition to theaboverequirements, theRRM shall alsoprovide Professional Liability Insurance ona Florida approvedformintheamountof $1,000,000 withdeductibleper claim if any,nottoexceed 5%ofthelimit of liability providing for all sumswhichthe FIRM shall become legally obligated topayas damages for dalms arising outofthe servicesor work performedbythe FIRM its agents,representatives,SubContractorsor assigns,orby anypersonemployedor retained byhimin connection withthisAgreement.This insurance shall be maintained forfouryearsafter completion oftheconstruction and acceptance of any Project coveredby thisAgreement.However,the FIRM may purchase Specific Project Professional Liability Insurance,inthe amountandunder the terms specified above,whichisalso acceptable.No insurance shall beissuedbya surplus lines carrierunlessauthorized in writingbythecityatthecity'ssole,absolute and unfettered discretion. Indemnification Requirement A.TheContractoracceptsand voluntarily incurs all risksofany injuries,damages,orharmwhichmight ariseduringtheworkoreventthatis occurring onthe CITY's propertyduetothe negligence orother fault ofthe Contractororanyone acting throughoronbehalfoftheContractor. B.TheContractor shall indemnify,defend,save and holdCITY,its officers,affiliates,employees, successorsand assigns,harmless from anyand all damages,claims,liability,losses,claims,demands,suits,fines, judgmentsorcostandexpenses,including reasonableattorney'sfees,paralegal feesand investigative costs incidental theretoandincurredpriorto,during or following any litigation,mediation,arbitration and at all appellate levels,which maybe suffered by,or accrued against,charged toor recoverable from theCityofSouth Miami,its officers,affiliates,employees,successors and assigns,by reason of any causes of actions or claim ofany kindor nature,including claims for injury to,or death of any personor persons andforthelossor damage to-any property arising outofa negligent error,omission,misconduct,orany gross negligence,intentional actor harmful conduct ofthe Contractor,its contractor/subcontractor or any oftheir officers,directors,agents,representatives, employees,or assigns,oranyone acting throughoron behalf ofanyofthem,arising out ofthisAgreement, incident toit,or resulting fromthe performance or non-performance ofthe Contractor's obligations underthis AGREEMENT C.TheContractor shall pay all claims,losses and expensesofany kind ornature whatsoever,in connection therewith,including theexpenseor loss ofthe CITY and/or its affected officers,affiliates,employees, successors and assigns,including their attorney's fees,inthedefenseofany action inlawor equity brought against them and arising from the negligent error,omission,oractofthe Contractor,its Sub-Contractor oranyoftheir agents,representatives,employees,or assigns,and/orarising outof,or incident to,this Agreement,or incident to or resulting from the performance or non-performance ofthe Contractor's obligations underthis AGREEMENT. D.The Contractor agrees and recognizes that neither the CITY nor its officers,affiliates,employees, successors and assigns shall be held liable or responsible for any claims,including thecosts and expenses of defending such claims whichmayresultfromorariseoutof actions or omissions ofthe Contractor,its contractor/subcontractor or any of their agents,representatives,employees,or assigns,or anyone acting through oron behalf ofthe them,and arising outofor concerning theworkoreventthatis occurring onthe CITYs property.In reviewing,approving or rejecting any submissions oractsofthe Contractor,CITY innoway assumes or shares responsibility or liability for the acts or omissions ofthe Contractor,its contractor/subcontractor or any oftheir agents,representatives,employees,or assigns,or anyone acting through oron behalf of them. Page 36of74 Thomas F,Pepe 02-23-IS E.The Contractor has thedutyto provide a defense withan attorney or law firm approved bytheCity ofSouth Miami,which approval will notbe unreasonably withheld. F.However,as to design professional contracts,and pursuant to Section 725.08 (I),Florida Statutes, noneofthe provisions set forth herein above that are In conflict withthis subparagraph shall apply and this subparagraph shall set forth thesole responsibility ofthe design professional concerning indemnification.Thus, the design professional's obligations astotheCity and its agencies,as well as to Its officers and employees,isto indemnify and hold them harmless from liabilities,damages,losses,and costs,including,butnot limited to, reasonable attorneys'fees,totheextent caused bythe negligence,recklessness,or intentionally wrongful conductofthe design professional and other persons employed or utilized bythe design professional inthe performance of the contract. END OF SECTION Page 37 of 74 Thomas F.Pepe 02-23-15 RPUTM OPICfcTC DATE(MWDIWYYYY| 06/22/2016 jACORCr CERTIFICATE OF LIABILITY INSURANCE TH»CERTIFICATE ISISSUED A3 AMATTEROF INFORMATION ONLYANDCONFERSNORIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEA CONTRACT BETWEENTHEISSUING INSUREDS),AUTHORIZED REPRESENTATIVE OR PRODUCER,ANDTHECERTIFICATEHOLDER*_ IMPORTANT:If the certificate holderisan ADDITIONAL INSURED,tho poHcy(lea)mustbe endorsed.If SUBROQATION IS WAIVED,subject to the terms and condlttona ofthe policy,certain policies may require an endorsement.A statement onthis certificate doea not confer rights tothe certificate holder In lieu ofsuch endoraement(a}. PRODUCER ISure Insurance Brokers 8700 W.Planter St,Suite 270 Miami,FL 33174 Teresa R.Carmona,Agent insured r.p utility &Excavation Corp, Raidel Perez 3422 SW 156th Ct Miami,FL 33165 MME:Teresa R,Carmona,Agent tNSURERmi AFFORDWC COVERAGE (USURER A: insurerb rlntegon Preferred lns»Co, iNeiwEnc:Endurance American Specialty insurero:American Zurich inaurance Co, insurer EiEvanstpn Ins.Co, NAICtf 31468 41716 COVERAGES CERTIFICATE NUMBER:>_REViSlOMNUMBER: THIS IS TOCERTIFYTHATTHEPOUCIESOFINSURANCELISTEDBELOWHAVEBEENISSUEDTOTHEINSURED NAMED ABOVEFOR THE POLICY PFJUCD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,tERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS 9HOWN MAYHAVE SEEN REDUCED BY PAID CLAIMS. ^TYPE OF INSURANCE iffiS SUBR aaaaaaaaT?niwrmTng?aaaaaaaair^1.,^n\iVir^Mi \Vi i i\laaaaaaaaaaaaaaaaaa^LJii-Baaaaaaaaaaaaaaaa1 t~X COMMERCIAL 61ENERAL LIABILITY 3E P*!OCCUR X X CBC20000118400 BLANKET ADDITIONAL INSURE 10717/2014 10/17/2013 EACH OCCURRENCE *1,000,000 T ]CLAIMS-MAI T^KWdETOlRENtCO- PREMISES fEncoc^rwc*^s 100,006 MED EHP (Aajr on8.jperecn^.3 0,000 PERSONAL 4AQV INJURY •1 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:•GENERAL AGGREGATE $2,000,000 policy 1 1Sect 1 Uoc PRODUCTS -COMP/OP AGG $2,ow^b«i l':OTMfi&s 8 AUTOMOBILE LIABILITY X X 200312602 05/03/2015 0S/D3/2016 G^B^&iwiueUwiT *1,000,000 X ANYAUTO BOOB.Y INJURY(Par parson)9 ALL OWNED AUlOS HIRED AUTOS X X SCHEDULED AUTOS NON-OWNED AUTOS BODILYINJURY(Per «cc«ent)•$ PRQPERTVOAWtAG^ {Per.aDcktenty.$ * UMBRELLA LIAB EXCESS UAB OCCUR CLAJM8-MADE EACH OCCURRENCE s AGGREGATE 5 OEO iflETSNTJONS s A WORKERS CGMP0I8ATION AND EMPLOYERS'LIABILITY y,j ANYPROPRIETOWPARTNER/EXECLJTIVE :fS?£i OFFICER/MEMBER EXCLUDED? (MarcfotoiyliiNH)'—A lives,describe untor DESdRlPTTON OFOPERATIONS tol<w N/A X I"peW "TW-"" EL EACHACCIDENT 8 E.L DISEASE -EA EMPLOYEE k* E,L DISEASE -POUCY LIMIT 8.... D E JnstfBulidefsRisk Pollution Uab x,X BR07389168 15CPLO8E20204 01/30/2015 05/10/2015 01/30/2016 05/21/2016 t Sidewalk 33,500 Pollution 1,000,000 DESCRIPTION OFOPERATIONS /LOCATIONS /V&KCUE8 (ACORD101,AOfUtloiul Rwnartw Bchsdult,may be sitMhod irmoratpact It ftquired) i • CERTIFICATE HOLDER GANCEUtATtOK Sample COI CORALQA ..,.,....>••U ...•-,,..„„i • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEEXPIRATIONDATETHEREOF,NOTICE WILL BEDELIVEREDIN ACCORDANCE WITHTHE POLICY PROVISIONS. AUTHORIZED REPRCBENTATtVfi ACORO 25 (2014/01) ©1966-2014 ACORD CORPORATION.Ail rights reBervad. Tha ACORO name and logo ara reglatered marks of ACORD y\COROr CERTIFICATE OF LIABILITY INSURANCE DATg(MIWDD/YYYY) 6/25/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOESNOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POUCIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,ANDTHECERTIFICATEHOLDER. IMPORTANT!If the certificate holder Is an ADDITIONAL INSURED,the pollcy(Ies)mustbe endorsed.If SUBROGATION ISWAIVED,subject to thetermsand conditions ofthe policy,certain policies may require anendorsement.A statement on this certificate doesnotconfer rights tothe certificate holder In lieu ofsuch endorsement^). PRODUCER Eastern Insurance Group,Inc. 9570 SW 107 Avenue Suite 104 Miami FL 33176 INSURED FP Utility 6 Excavation Corp 7875 NW 29 Street,Ste B 1Poral FL 33122 name?CT David M.Lope* Bgft..»e.<*0g)B»g-3323.MQ.EXfr address:ajnandafleagterninsurance.net IWC.M (305)395-7135 [NSURERfS)AFFORDING COVERAGE insurer a -Bridqefield Employers Insuranc INSURER B: INSURER C: INSURER D: INSURER E; INSURER F: COVERAGES CERTIFICATE NUMBER$fester 15-16 REVISION NUMBER: THISISTOCERTIFYTHATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVEFORTHE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERMOR CONDITION OFANYCONTRACTOROTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO AU THE TERMS. EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS. INSR LTR TYPE OF INSURANCE ADDL INftP SUBR COMMERCIAL QliNERAL LIABILITY )E j_]OCCUR EACH OCCURRENCE * |CLAIMS-MAC DAMAGE-TORENTED PREMISES (£a occurrence}S MEDEXP(Anyoneperson)$ PERSONALS ADV INJURY $ GEWL AGGREGATE UMIT APPLIES PER:GENERAL AGGREGATE $ POLICy|IJIcT 1 |LOC OTHER: PRODUCTS-COMP/OP AGG $ $ AUTOMOBILE UAB1UTY COMBlNEOSINGLE'UMlY (E&accident)s ANYAUTO BODILY .INJURY (Perperson)$ ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON4JWNED AUTOS BODILYINJURY(Peraccident)9 PROPERTY DAMAGE fPersccfdenl)$ 9 UMBRELLA UAB EXCESS LIAS OCCUR CLAIMS-MADE EACH OCCURRENCE 9 AGGREGATE .1 DED 1 1RETENTIONS * A WORKERS COMPENSATION ANO EMPLOYERS'LIABILITY y,N ANY PROPRIETOR/PARTNER/B^UTTVE j 1 OFFICER/MEMBER EXCLUDEO?(Mandatory inNH)'' If yea.describeunder DESCRIPTION OF OPERATIONS DftlOW N/A T 13805 00 6/16/2015 6/16/2016 *\mim\a*1" EL,EACH ACCIDENT $1,000,000 EL DISEASE-EAEMPLOYEE $1,000,000 E.L.DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OFOPERATIONS/LOCATIONS/VEHICLES (ACOR0101.AdditionalRemarks Schedule,maybe attached ifmora space Isrequired) CERTIFICATE HOLDER CANCELLATION Sample COI SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE )1988-2014 ACORDCORPORATION,All rights reserved. The ACORD name and logoare registered marks of ACORDACORD25(2014/01) INS025f?tYI4frtt j EXHIBIT3 ]Drainage Improvements at Dante Fascell Park RFP#PR-20I5-I6 CONSTRUCTION BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City ofSouth Miami 6130 Sunset Drive I South Miami,FL 33143 1.If tills Proposal is accepted,the undersigned RespondentagreestoenterintoaContractwiththeCityof South Miami intheform included inthis Solicitation Package and toperform and furnish all workas specified orindicatedinthis Solicitation,including assetforth In Exhibit I (Scope of Services), Attachment A &B for the Proposed Price as set forth below*withinthe Contract Time andin accordance with the other terms andconditionsoftheSolicitation Package. 2.Respondent acceptsallofthetermsand conditions ofthe Solicitation and Instructions to Respondents, including without limitation those dealing withthe disposition of Proposal/Bid Bond,ifrequired.This Proposal will remainsubjectto acceptance for 180 calendar days afterthedayofthe Proposal Opening. The Respondent,by signing and submitting this proposal,agreesto all ofthetermsandconditionsofthe form ofcontractthatisapartofthe Solicitation package with appropriate changes toconformtothe information containedinthis Bid Form.Respondentagreesto sign andsubmittheBonds,ifrequiredby this Solicitation,required insurance documents,andother documents requiredbythe Solicitation, including theContractifnot already submitted,within ten (10)calendar daysafterthedateofthe City's Notice of Award. 3.In submitting this Proposal,Respondent represents that a.Respondent has examined copies of all the Solicitation Documents and ofthe following Addenda,if any (receipt ofallwhichishereby acknowledged) Addendum No.1 Dated:7/28/2015 b.Respondent has familiarized himself with thenatureandextentofthe Contract Documents,the proposed work,site,locality,and all local conditions and laws and regulations that inanymanner may affect cost progress,performanceor furnishing ofthe Work c.Subsurface conditions:Ifapplicable tothis Solicitation,the Respondent representsthat: I Respondenthasstudied carefully all reportsand drawings,if applicable,of subsurface conditions and drawingsof physical conditions, ii.Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying)allsuch examinations,investigations,explorations,testsand studies in addition toorto supplementthosereferredtoin this paragraph which pertaintothe subsurface or physical conditions atthesiteorotherwisemayaffect thecost,progress,performance,orthe furnishing oftheWorkat the Contract Price,within the Contract Time andin accordance with the other terms and conditions oftheContract Documents.The Respondent hereby acknowledges thatno additional examinations, investigations,explorations,tests,reportsor similar Information ordata are,or will,be required by Respondent for any reason In connection with the Proposal.The failure ofthe Respondent to request a pre-bid marking ofthe construction sitebyanyor all utility companies shall createan irrefutable presumption thatthe Respondent's bid,or proposal price,has taken into consideration all possible underground conditions and Respondent,if awarded the contract,shali notbe entided toa change order foranysuchconditiondiscovered thereafter, iii.Respondent hascorrelatedthe results of all such observations*examinations,investigations, explorations,tests,reports andstudieswith the terms andconditionsofthe Contract Documents, P*ge38of74 Thomas F«Pepe 02*23-15 i iv.Respondenthasreviewedandchecked all information and data shownor indicated inthe Solicitation j Package or in the Contract Documents with respect to existing Underground Facilities or conditions j ator contiguous tothe site and assumes responsibility for the accurate location of all Underground j Facilities and conditions that may affect the Work.No additional examinations,investigations, J explorations,tests,reports or similar information or data in respect to any Underground Facilities or !conditions are,or will be,required by Respondent in order to perform and furnish theWorkatthe ;Contract Price,withintheContractTimeandin accordance withtheothertermsandconditionsof i the Contract Documents unless the Proposal specifically stales that the contract price is subject to j adjustment for future discovery of underground facilities and/or conditions that affect thecostofthe ]Work and unless the respondent makes a written request to the City for additional information |prior to submitting the bid or proposal as required in subsection ti above, d.Respondent has given the City written notice of all conflicts,errors or discrepancies that it has discovered in the Contract Documents and,if any conflicts,errors or discrepancies have been found and notice given,the Respondent represents,by submitting its proposal tothe City,thatthe Respondent has received sufficient notice ofthe resolution thereof from the City,that such resolution is acceptable to Respondent and thatthe Respondent waives any claim regarding the conflicts,errors or discrepancies. e.This Proposal is genuine and not made inthe interest oforon behalf of any undisclosed person,firm or corporation and isnot submitted pursuant toany agreement or rules ofany group,association. ;organization,or corporation;Respondent has not directly or indirecdy inducedor solicited anyother Respondent to submit a false or sham Proposal;Respondent has not solicited or induced any person. j firm or corporation to refrain from responding;and Respondent has not sought by collusion or !otherwiseto obtain for Itself anyadvantage overanyother Respondent oroverthe CITY. 4.Respondent understands and agrees thattheContract Price Is theamountthatitneedsto furnish and install ail oftheWork complete and in place.The Schedule of Values,if required is provided tor the i purpose of Proposal Evaluation and when initiated bythe CITY,it shall form the basis for calculating the pricing of change orders.The Contract Price shall notbe adjusted in anywaysoastoresultina deviation from the Schedule of Values,excepttotheextentthatthe CITY changes the Scope ofthe Work after the Contract Date,As such,the Respondent shall furnish all labor,materials*equipment, tools,superintendence and services necessary to provide a complete,in place,Project for the Proposal PriceIfthis Solicitation requires the completion ofaCost and Technical Proposal,as maybeset forth in inanexhibittothis Solicitation,such proposal must be attached to this Bid Form andwill take the place of the Lump Sum Price,otherwise,the Contract Pricefor the completed work is as follows; SixtyThousand Four Hundred Seventy-nine LUMP SUM BASE PRICE dollars and Zero cents $60,479.00 Alternates:#1 WA #2 m> Afeebreakdownforeachtask included In thelumpsumcontract price,if applicable,mustbe provided. Failure to provide this information shall renderthe proposal non-responsive. 5.The ENTIRE WORK shall becompleted In full within60 working daysfromthecommencementdate setforthin die NOTICETO PROCEED.Failure tocomplete the entirework during the described time period shall resultintheassessmentof liquidated damages asmaybesetforthintheContract. 6.Insertthe following Information forfuture communication withyou concerning this Proposal: RESPONDENT;R.P.Utility&Excavation Corp. Address:7875 NW 29th Street,Suite B,DoraL FL33122 Telephone:7R6-577-6666 Facsimile:7R6-391-0217 Contact PersonTavier Garzon Thomas F.Pepe 02-23-15 Page 39 of 74 7.ThetermsusedinthisProposal which are defined In the Contract shall have thesame meaning as Is assigned tothemintheContract Documents,unless specifically defined Inthis Solicitation Package. 8.If a cost &technical proposal is required bythe Solicitation.Respondent hereby certifies that all ofthe factsandresponsestothequestionsposedinthe cost &technical proposal,ifsuchanexhibitismade apartofthe Solicitation,aretrue and correctandare hereby adoptedaspartofthis Bid Form,andare madea part ofthisproposal,byreference* 9.Bysubmitting this proposal,1,on behalf ofthe business that 1represent,herebyagreetothetermsofthe form ofcontract contained inthe Solicitation package and I agreetobe bound bythose terms,with any appropriate blank boxes,if any,checked andany blank lines filled inwiththeappropriate information contained inthe Solicitation Documents andthis Proposal,or such information thattheCityand I have agreed uponinthecourseofcontract negotiations andwhich have been confirmed bythe Cityin writing. Including e-mail confirmation,If any.I hereby certify under penalty of perjury that I am the lawful representative ofthe business entity referenced in this Bid Formandthat I haveauthoritytobidthat entity. SUBMITTED THIS 14th DAY OF August PROPOSAL SUBMITTED BY: HP.Utility&ExcavationCorp. Company rier Garzon Title Thomas F.Pepe 02-23-1S 786-577-6666 TelephoneNumber 786-391-0217 Fax Number iavier^rpucorpxomlavii Emai:mail Address END OF SECTION Page 40of74 2015 EXHIBIT 4 CONSTRUCTION CONTRACT Drainage Improvements at Dante Fascell Park RFP#PR-20I5-I6 THIS CONTRACT was made and entered into on this /0^day oV^d^^sH^,20/£^by and between R.P.Utility &Excavation Corp.(hereaftef referred to as "Contractor"),and theCityof South Miami (hereafter referred toas "Owner"),through its City Manager (hereafter referred to as"City"). WITNESETH: That,theContractor,forthe consideration hereinafter fully setout,hereby agrees withtheOwneras follows: 1.TheContractor shall furnish all labor,materials,equipment machinery,tools,apparatus,transportation andanyotheritems necessary to perform all ofthework shown onand described intheContract Documents and shall do everything requiredbythisContract and theotherContract Documents hereinafter referred to as the Work. 2.The Contract Documents shallincludethis Contract,General Conditionsto the Contract,ifany,the drawings,plans,specifications andproject manual,if any,any supplementary or special conditions,other documents referring tothiscontractand signed by the parties,the solicitation documents ("hereinafter referredtoas "Bid Documents")andanydocumentstowhichthosedocumentsrefer which areusedby theOwneraswellasanyattachmentsor exhibits thataremadeapartofanyofthe documents described herein. 3.TheContractor shall commencetheWorktobe performed underthisContractonadatetobe specified inaNoticetoProceedand shall completeallWorkhereunder within thelengthoftimesetforthinthe Contract Documents. 4.TheOwnerherebyagrees to paytothe Contractor forthe faithful performanceofthis Contract,subject to additionsanddeductionsasprovidedinthe Contract Documentsandany properly approved,written grange,orders,in lawful ,money of the^UnitedStates,the amount of:ppeii Dollar Amount><WThousand Fore iTua&ed Seventy-nine and 00/}^m ($_JM79_.00_),Lump Sum ("Contract Price"). 5.Theexpensesof performing Workafterregular working hours,andon Sunday and legal holidays shall be included intheContractPrice.TheCity may demand,atanypointin time,thatany part,or all,ofthe Workbeperformedafterregular working hours.In suchevent,theRespondent shall have norightto additionalcompensationforsuch work.However,nothingcontainedhereinshallauthorize work ondays andduringhoursthatare otherwise prohibitedbyordinanceunless specifically authorized orinstructedin writingbytheCity. 6.If the Work isexpectedtorequiremorethanonemonth,theOwnershallmakemonthly partial payments to the Contractor on the basisofadulycertifiedandapprovedscheduleofvaluesforthe Work performed duringeachcalendarmonthbythe Contractor,lesstheretainage (all as provided forinthe Contract Documents),whichistobewithheldbythe Owner untilcompletionand acceptance of the complete project inaccordancewiththis Contract andthe other Contract Documentsanduntilsuch Work has beenacceptedbytheCity. 7.Uponsubmissionbythe Contractor ofevidencesatisfactorytotheOwnerthatalllabor,material,and other costsincurredby the Contractor inconnectionwith the constructionof the Work havebeenpaidin full,andaftercompliancewiththetermsforpaymentprovidedforinthe Contract Documents,final paymentonaccountofthis Contract shallbemadewithinsixty(60)calendardaysafterthecompletionby the Contractor ofall Work coveredbythis Contract and the acceptanceofsuch Work bytheOwner. 8.The Work shallbe completed in 60 working days.In theevent that the Contractor shall fail to complete the Work within the timelimitstipulatedinthe Contract Documents,or the extendedtimelimit agreedupon,inaccordancewiththe procedure asmoreparticularlysetforthin the ContractDocuments, liquidateddamagesshallbepaidbythe Contractor attherateof $600.00 dollars per day,plusany moniespaidbythe Owner totheConsultant,if any,foradditionalengineeringandinspectionservices,if any,associated withsuchdelay. 9.Itisfurther mutually agreedbetweenthepartiesheretothatifa Payment and/or Performance Bond ("Bond")isrequiredand if,atanytimeaftertheexecutionofthis Contract andthe Bond forits faithful Page 41 of74 Thomas F.Pepe 02-23-15 performance and payment,theCity shall deem the Surety or Sureties upon such bond(s)tobe unsatisfactory,or if,for any reason such bond ceases tobe adequate to cover the performance ofthe Workor payment to subcontractors and suppliers,the Contractor shall,atits expense within five (5) business days afterthe receipt of notice from the City soto do,furnish an additional bond or bonds in such form andamountandwithsuch Surety or Sureties as shall be satisfactory tothe City.In such event, nofurtherpaymenttothe Contractor shall bedeemedtobedueunderthis Contract untilsuchnewor additional securityforthe faithful performanceofthe Work is furnished inthemannerandintheform satisfactoryto the City. 10.No additional Workorextras shall bedone unless the same is duly authorized in writing,andin advance of thework,byappropriateactionbytheCityandinaccordancewiththeContract Documents. 11.The date that this contract was "made and entered into"and its effective date is the date that the contract is the signed bytheCityor,ifthecontractis required tobe approved by resolution oftheCity Commission,then the Effective Dateisthedateofthe resolution approving the Contract whichever isthelaterdate. IN WITNESS WHEREOF,thepartieshereto have executedthisContractonthedayanddatesetforth nexttotheirnamebelowandmaybesignedinoneormorecounterparts,eachofwhich shall,withoutproof or accountingforthe other counterpart,bedeemedan original Contract ATTESTI Thomas F.Pepe 02-23-15 CONTRACTOJ Signature PrintSignatory's Nai Title of Signatory/Vice President tility fr Excavation Cnrp. OWNER:CITY OF-SOUTH MIA! Signature: Page42of 74 Steven Alexander CityManager EXHIBIT S CONSTRUCTION CONTRACT GENERAL CONDITIONS Drainage Improvements atDante Fascell Park RFP#PR-20I5-I6 ARTICLE I -DEFINITIONS Whenever usedin these General Conditions or inthe other Contract Documents,the following terms shallhave the meaning indicated.These definitions shall always apply when the section ofthe Contract specifically refers to thisArticleforthepurposeof interpreting awordorgroupofwordsinthatsectionoftheContractDocument However,whenthesectionof the Contract,where the wordtobedefinedisused,doesnot specifically refersto thisArticleto define thewordorgroupof words,the definitions contained in this Article shall not apply unless thewordor group of words,inthecontextofitortheiruse in the Contract Document in question,is/are ambiguous andopenforinterpretation.In addition,these definitions shall also not apply tointerprettermsina specific provision ofaContract Document ifthat specific provision contains a definition oftheseterms: Addenda:Written or graphic documents issued priortothe Bid Opening which modify or interpret the Contract Documents,Drawings and Specifications,byaddition,deletions,clarifications or correction. Application forPaymentAformapprovedbythe CONSULTANT,if any,ortheCity Manager which istobeused by the CONTRACTOR inrequesting progress payments. Bid:Theofferor proposal ofthe Bidder submitted onthe prescribed form settingforththe prices andother terms for the Work to beperformed. Bidder:Anyperson,firm orcorporation submitting aresponsetotheOwner's solicitation for proposals or bids for Work. Bid Documents:Thesolicitationforbidsorproposalsand all documentsthatmakeupthe solicitation including the instructions,form of documents and affidavits. Bonds:Bid bond,performanceandpaymentbondsand other instrumentsofsecurity,furnished bythe CONTRACTORanditssuretyinaccordancewiththeContract Documents andin accordance withthe laws of the State of Florida Change Order:Awritten order totheCONTRACTORsignedbytheCity Manager authorizing anaddition, deletion or revisionintheWork,oranadjustmentinthe Contract Priceorthe Contract Timeissuedafter execution of the Contract. Work Order Proposals:Written proposalsfromtheCONTRACTORinresponse to ordersorrequestforwork basedontheScopeofthe Work providedbytheCitytothe CONTRACTOR.Theproposal includes lineitem pricing,where there are multiplelocations,andthetimeframeforcompleting the work. CITY:TheCity Manager fortheCityofSouth Miami,6130 Sunset Drive,South Miami,FL 33143,unless the context whereinthewordisusedshouldmoreappropriatelymeantheCityofSouth Miami. Construction Observer Anauthorizedrepresentativeofthe CONSULTANT,ifany,orotherwisea representative of the Cityassignedto observe the Work performed andmaterialsfurnishedbythe CONTRACTOR.TheCONTRACTOR shall be notified inwritingoftheidentityofthisrepresentative. Contract Documents:The Contract Documents shall include the Contract between the Owner and the Contractor,other documents listed in the Contract and modifications issued after execution of the Contract as wellasall Bid Documents including butnotlimitedtothesolicitationfor Bid,CONTRACTOR'S Bid,the Bonds, Insurance endorsements,InsuranceCertificatesandpolicies,theNoticeofAward,theNoticetoProceed,the General Conditions,Special Conditions,if any,any Supplementary Conditions,the Technical Specifications, Drawings,including any incorporated specifications,addendatothe drawings issuedpriortoexecutionof the Contract,Change Orders,ConstructionChange Directives andanywritten order foraminor change inthe Work,andwritten modifications toanyoftheContractDocuments. Contract Price:Thetotal moneys payable tothe CONTRACTOR pursuantto thetermsoftheContract Documents. Contract Time:Thenumberofcalendar days statedintheContractforthecompletionoftheWork. ContractingOfficerThe individual whoisauthorizedtosignthe contract documentsonbehalfoftheOWNER. CONTRACTOR:Theperson,firm orcorporationwithwhomthe OWNER hasexecutedthe Contract CONSULTANT:Theperson identified asthe CONSULTANT inthe Supplementary Conditions or,if none,then CITY'S designated representativeas identified inthe Supplementary Conditions. Page43of 74 Thomas F.Pepe 02-23-15 Bay:A period of twenty-four hours measured from the beginning ofthe day at 12:01 a.m.and it shall be presumed tobea calendar day unless specifically designated as a business day. Days:The number of twenty-four (24)hour periods following the event to which the word "days"refers commencing at 12:01 a.m.atthestartofthenext day.Therefore,in computing any period oftime prescribed or allowed bythe Contract Documents,the day ofthe act,event or default from which the designated period oftime begins to run shall notbe included.The last day ofthe period so computed shall be included unless it is a Saturday,Sunday or legal holiday,in which eventthe period shall run until the end ofthenext business day thatis nota Saturday,Sundayor legal holiday. Defective Worlc Workthatis unsatisfactory,faulty,or deficient in thatit does not conform tothe Contract Documents,ordoesnotmeetthe requirements ofanyapplicable inspection,reference standard,test,or approval referred tointhe Contract Documents,or has been damaged prior tothe CONSULTANTS recommendation of final payment (unless responsibility forthe protection thereof has been delegated tothe Owner);substitutions that arenot properly approved and authorized,any deficiency intheWork,materials and equipment;materials and equipment furnished under the Contract that are notgood quality and new unless otherwise required or permitted by the ContractDocuments. Drawings:The drawings which showthe character and Scope ofthe Work tobe performed and which have been prepared or approved bythe CONSULTANT,orifnone,thenby an architect or engineer hired bytheCityand are referred to in the Contract Documents. Field Order:AwrittenorderissuedbytheCONSULTANT which clarifies orinterpretstheContractDocuments in accordance with Paragraph 9.3orordersminor changes inthe Work in accordance with paragraph 10.2. Modification:(a)AwrittenamendmentoftheContract Documents signed byboth parties,(b)a Change Order signed byboth parties,(c)awritten clarification or interpretation if issued bythe CONSULTANT in accordance with paragraph 9.3or(d)awrittenorderforminor change or alteration inthe Work issuedbythe CONSULTANT pursuant to Paragraph 10.2.A modification mayonlybe issued afterexecutionofthe Contract,it mustbein writing and signed bythepartyagainst whomthe modification issoughttobeenforced. Non-conforming Work means work thatdoesnotconformtotheContractDocumentsandincludes work thatis unsatisfactory,faulty,or deficient orthatdoesnotmeetthe requirements ofany applicable inspection,reference standard,test,orthatdoesnot meet any approval requiredby,orreferredtoin,theContractDocuments,or work thathasbeen damaged prior to CONSULTANT'S recommendationof final payment(unless responsibility for theprotection thereof hasbeenassumedinwritingbyCITY). NoticeofAward:ThewrittennoticebyCITYtotheapparent successful Bidder statingthatupon compliance with theconditionsprecedenttobe fulfilled byitwithinthetime specified,CITY will executeanddelivertheContract to him. Noticeto Proceed:Awrittennotice given byCITYto CONTRACTOR (with copyto CONSULTANT)fixing the dateonwhich the Contract Timeshall commence to runandonwhich CONTRACTOR shallstart to performits obligations undertheContractDocuments. Person:An individual or legal entity. Project:The entire construction operationbeing performed asdelineatedin the Contract Documents. Policy:Theterm "policy"asusedintheContractDocuments shall meanthe insurance binder,ifitis issued,the declaration page of the policyand the body of thepolicy,including all endorsements. RFP:Request forProposal. Scopeof Services..This phrase referstothescopeofthe services orworktobeperformedandithasthesame meaningasScopeofthe Work unlessthe context inwhichthe phase isused clearly meansotherwise. Shop Drawings:All drawings,diagrams,illustrations,brochures,schedules and other data whichare prepared by the CONTRACTOR,aSubcontractor,manufacturer,supplier,or distributor,andwhichillustratetheequipment, materialorsomeportionofthe work andasrequiredbytheContractDocuments. Samples:Physical examples which illustrate materials,equipment or workmanship and establish standards by which the Work willbejudged. Specifications:ThoseportionsoftheContractDocuments consisting ofwritten technical descriptionsof materials,equipment,construction systems,standards and workmanship as applied tothe Work. SubcontractorAn individual,firm or corporation having adirectcontractwithCONTRACTORorwithany other Subcontractorfortheperformanceofapart of the Work attheconstructionsite. Substantial Completion:The date,ascertifiedbytheCONSULTANT,whentheconstructionofthe Project ora certified partthereofis sufficiently completed,in accordance withthe Contract Documents,sothatthe Project,or a substantial part,can be utilized forthe purposes forwhichitwas Intended without restriction or limitation to any degree,otherthanforthe repair ofminor"punch list"items;oriftherebeno such certification,thedate when final paymentisdueinaccordancewith paragraph 14.9.However,innoevent shall the projectorportion Page44of74 Thomas F.Pepe 02-23-15 thereof,be deemed tobe substantially completed until a certificate of occupancy or certificate of use is lawfully issued by the applicable governmental agency.A certificate ofSubstantial Completion,issued by the CONSULTANT,shall be null and void ifitis based on false,misleading or inaccurate information,from any source, or when it would not have been issue butforthe consideration ofWorkthatisthereafterfound tobe defective to a degree greater than that which would normally to be considered by the City to be minor "punch list"work. Supplier Any person or organization who supplies materials or equipment for the Work,including the fabrication ofanitem,butwhodoesnotperformlaborat the siteoftheWork. Surety:The individual or entity who Is an obligor on a Bond and who is bound with the CONTRACTOR for the full and faithful performance ofthe Contract and for the payment ofall labor,services and materials used on the project Worlc Any and alt obligations,duties and responsibilities necessary for the successful performance and completion of the Contract Notice:The term "Notice"asusedhereinshallmeanandincludeall written notices,demands,instructions, claims,approvals and disapprovals required to obtain compliance with Contract requirements.Written notice shall be deemed to have been duly served if delivered in person tothe individual ortoa member ofthe firm orto an officer ofthe corporation for whom it is intended,orto an authorized representative ofsuch individual,firm,or corporation,or if delivered ator sent by registered mail tothe last known business address.Unless otherwise stated in writing,any notice toor demand upon the OWNER under this Contract shall be delivered to the City Manager andtheCONSULTANT. ARTICLE 2-PRELIMINARY MATTERS Award: 2.1 The CITY reserves therighttorejectanyand all Bids,atitssolediscretion.Bids shall be awarded by the CITY to the lowest responsive and responsible Bidder.No Notice of Award shall be given until the CITY has concluded its investigation,asit deems necessary,to establish,tothe satisfaction ofthe CITY, which Bidder isthemost responsive and responsible of all the Bidders to complete theWork within the time prescribed and in accordance with the Contract Documents.The CITY reserves the right to reject the Bid of any Bidder who is not believed to be,in the sole discretion and satisfaction ofthe City,tobe sufficiently responsible,qualified and financial able to perform the work.In analyzing a Bid,the CITY may alsotakeinto consideration alternateandunit prices,ifrequested by the Bid forms.IftheContractis awarded,the CITY shall issuetheNoticeof Award and give the successful Bidder aContractfor executionwithinninety(90)dayafteropeningof Bids. Execution of Contract; 2.2At least four counterparts ofthe Contract,the Performance and Payment Bond,the Certificates of Insurance,the Binder of Insurance if issued,the Insurance Declaration Page ifnot included inthe Policy of Insurance,the Policy of Insurance required by the Contract Documents,the written notice of designated supervisor or superintendent as provided in Section 6.1 ofthe General Conditions and suchother Documents as required bythe Contract Documents shall be executed and delivered by CONTRACTOR tothe CITY within ten (10)calendar days of receipt oftheNoticeofAward.AContract Document that requires the signature ofaparty may be executed incounterparts separately byeachofthe parties and,in sucheventeachcounterpart separately executed shall,withoutproofor accounting fortheother counterpart bedeemedan original ContractDocument. Forfeiture of Bid Security/Performance and Payment Bond,ifanyare required bythe applicable RFP: 2.3 Within ten (10)calendar days of being notified ofthe Award,CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions ofthe Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall bein the amountofonehundred percent (100%)ofthe Contract Price guaranteeing to OWNER the completion and performance oftheWork covered in such Contract as well as full payment of all suppliers,material man,laborers,or Subcontractor employed pursuanttothisProject Each Bond shall bewithaSurety company whose qualifications meetthe requirements ofSections 2.3.4,2.3.5,and2.3.6. 2.3.2 Each Bondshallcontinueineffectfor five yearafter final completionandacceptanceofthe Work withthe liability equaltoonehundredpercent (100%)oftheContract Sum. Page45of74 Thomas F.Pepe 02-23-15 2.3.3 Pursuant to therequirementsofSection 255.05(I),Florida Statutes,CONTRACTOR shall ensure thattheBond(s)referencedabove shall berecordedinthe public recordsof Miami-Dade County andprovideCITYwithevidenceofsuch recording. 2.3.4 Each Bondmustbeexecutedbyasurety company authorized todo business inthe State of Florida asa surety,having aresidentagentintheStateof Florida and having beenin business witharecord of successful continuousoperationforaleast five (5)years. 2.3.5 Thesuretycompany shall holdacurrent certificate of authority as acceptable suretyon federal bondsin accordance withthe United States Departmentof Treasury Circular 570,current revisions. 2.3.6 TheCITY shall onlybe required to accept asurety bond from a company witha rating A.VII or better. 2.3.7 Failure ofthesuccessfulBidder to execute anddeliver the Contract,anddelivertherequired bonds andInsurance documents shallbecausefor the CITYtoannul the Notice of Awardand declare the Bidandanysecuritythereforeforfeited. Contractor's Pre-Start Representation: 2.4CONTRACTORrepresentsthatit has familiarized itselfwith,and assumes full responsibility for having familiarized itselfwith the natureand extent oftheContractDocuments,Work,locality,andwith all local conditions and federal,stateand local laws,ordinance,rules and regulations thatmayinanymanneraffect performance oftheWork,and represents thatit has correlated its study and observations withthe requirements oftheContract Documents.CONTRACTOR also represents thatit has studied all surveys and investigations,reports of subsurface and latent physical conditions referred tointhe specifications and made such additional surveys and investigations as it deems necessary forthe performance ofthe Work reflected in the Contract Documents and that hehas correlated the results of allsuchdata with the requirements of the ContractDocuments. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR shall startto perform its obligations under the Contract Documents onthe date the ContractTimecommencestorun.No Work shall bedoneatthesite(asdefinedinArticle I),priorto thedateon which the Contract Time commences to run,except with thewritten consent ofthe CITY. BeforeStartingConstruction: 2.7 Before undertaking each part ofthe Work,CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions.It shall atonce report in writing to CONSULTANT any conflict,error,or discrepancy which it may discover.Neither the OWNER nor the CONSULTANT shall be liable for any harm,damage or loss suffered byCONTRACTOR as a result of its failure to discover any conflict error, or discrepancy in the Drawings or Specifications nor shall the CONTRACTOR be entitle to any compensation for any harm,damage or loss suffered bythe CONTRACTOR due to any conflict error, or discrepancy in the ContractDocuments. Schedule of Completion: 2.8 Within Five (5)business days after delivery ofthe Notice to Proceed by CITY to CONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval,an estimated construction schedule indicating the starting and completion dates of the various stages ofthe Work,and a preliminary schedule of Shop Drawing submissions.The CONSULTANT shall approve this schedule or require revisions thereto within seven (7)calendar days of its submittal.If there is more than one CONTRACTOR involved in the Project the responsibility for coordinating theWork of all CONTRACTORS shall be providedin the Special Conditions. 2.9 Within five (5)business days after delivery ofthe executed Contract byCITY to CONTRACTOR,but before starting theWorkatthe site,a pre-construction conference shall be held to review the above schedules,to establish procedures for handling Shop Drawings and other submissions,and for processing Applications for Payment and to establish aworking understanding between the parties as tothe Project. Page 46 of 74 Thomas P.Pepe 02-23-15 Present atthe conference will bethe CITY'S representative,CONSULTANT,Resident Project Representatives,CONTRACTORandits Superintendent i !Qualifications of Subcontractors.Material men and Suppliers: 2.10 Within five (5)business days after bid opening,the apparent lowest responsive and responsible Bidder shall submittothe CITY andthe CONSULTANT for acceptance alistofthe names ofSubcontractors and such other persons and organizations (including thosewhoareto furnish principal items of materials or equipment)proposed forthose portions oftheWorkasto which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents.Within thirty (30)calendar days after receiving thelistthe CONSULTANT will notify the CONTRACTOR in writing ifeitherthe CITY orthe CONSULTANT has reasonable objection to any Subcontractor,person, or organization on such listThe failure ofthe CITY orthe CONSULTANT to make objection toany Subcontractor,person,or organization onthelistwithin thirty (30)calendar days ofthe receipt shall constitute an acceptance of such Subcontractor,person or organization.Acceptance of any such Subcontractor,personor organization shall notconstitutea waiver ofany right ofthe CITY orthe CONSULTANT toreject defective Work,material orequipmentoranyWork,material or equipment not in conformance withthe requirements ofthe Contract Documents. 2.11 If,priortotheNoticeof Award,the CITY orthe CONSULTANT has reasonable objection toany Subcontractor,person or organization listed,the apparent low Bidder may,priorto Notice of Award, submitanacceptable substitute without anincreaseinitsbidprice. 2.12 Theapparentsilence oftheContract Documents asto any detail,orthe apparent omission from themof a detailed description concerning any Worktobedone and materials tobe furnished,shall be regarded as meaning that only best practices areto prevail andonly materials and workmanship ofthebest quality are to beusedin the performanceoftheWork. ARTICLE 3-CORRELATION.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 Itistheintentofthe Specifications and Drawings to describe a complete Project tobe constructed in accordancewiththe Contract Documents.The Contract Documentscomprisetheentire Contract between the OWNER andthe CONTRACTOR.They may be altered only bya modification as defined in Article I. 3.2TheContract Documents are complementary;whatis called forbyoneisas binding asif called forby all the documents.If CONTRACTOR findsaconflict,error ordiscrepancyinthe Contract Documents,it shall,beforeproceedingwiththeWork affected thereby,immediately call ittothe CONSULTANT'S attentioninwriting.ThevariousContractDocumentsare complementary;incaseof conflict,error or discrepancy,themore stringent interpretation and requirement thatshallprovidethe maximum benefitto the Owner shallapply 3.3Thewords"furnish"and"furnishand install","install",and"provide"orwordswithsimilar meaning shall be interpreted,unless otherwise specifically stated,tomean"furnishand install completeinplaceand readyforservice". 3.4 Miscellaneous itemsandaccessorieswhicharenot specifically mentioned,butwhichareessentialto produceacompleteandproperlyoperatinginstallation,orusablestructure,providing theindicated functions,shallbefurnishedand installed withoutchangeintheContract Price.Such miscellaneous items andaccessoriesshallbeof the same quality standards,including material,style,finish,strength,class, weightand other applicablecharacteristics,asspecifiedforthemajor component ofwhich the miscellaneous itemoraccessoryisan essential part,andshallbeapprovedbythe CONSULTANT before installation.Theabove requirement isnotintendedtoincludemajorcomponentsnotcoveredbyor inferable fromthe Drawings and Specifications. 3.5TheWorkof all tradesunderthisContract shall becoordinatedbythe CONTRACTOR insucha mannerasobtainthebestworkmanshippossiblefortheentire Project and ail componentsofthe Work shall be installed orerectedinaccordancewiththebestpracticesofthe particular trade. 3.6The CONTRACTOR shall be responsible for making the construction of habitable structuresunderthis Contractrainproof,andfor making equipment and utility installations properly performthe specified function.If theCONTRACTORispreventedfrom complying withthis provision duetothe Drawings or Specifications,the CONTRACTOR shall immediately notify the CONSULTANT in writing ofsuch limitations before proceeding with construction intheareawherethe problem exists. 3.7 Manufacturer's literature,when referenced,shallbe dated and numbered andis intended to establish the minimum requirements acceptable.Whenever reference isgiventocodes,or standardspecificationsor Page 47 of 74 Thomas F.Pepe 02-23-15 otherdata published by regulating agencies or accepted organizations,including butnot limited to National Electrical Code,applicable State Building Code,Florida Building Code,Federal Specifications, ASTM Specifications,various institutespecifications,andthe like,it shall beunderstoodthatsuch referenceistothelatestedition including addendaineffectonthedateofthe Bid. 3.8 Brand names where used inthe technical specifications,are intended todenotethe standard or quality required forthe particular material or product.Theterm "equal"or "equivalent",when used in connectionwithbrandnames,shall be interpreted tomeana material orproductthatissimilarandequal intype,quality,size,capacity,composition,finish,colorand other applicable characteristicstothematerial or product specified bytrade name,andthatissuitableforthesameuse capable of performing thesame function,inthe opinion ofthe CONSULTANT,asthe material orproductso specified.Proposed equivalent itemsmustbe approved by CONSULTANT beforetheyare purchased orincorporated in the Work.(Whena brand name,catalog number,model number,orother identification,isusedwithout the phrase "or equal",the CONTRACTOR shall usethe brand,make and model specified). 3.9Throughoutthis agreement the male pronoun may be substituted for female andneuterand vice versa and the singularwordssubstitutedfor plural andpluralwordssubstitutedfor singular wherever applicable. 3.10 All technical interpretations shall bemadebythe CONSULTANT assetforthin Section 9.3 below. 3.11 The CONTRACTOR shall advised the CONSULTANT,priorto performing anywork involving a conflict in the Contract Documents and the CONSULTANT shall make the final decision as to which of the documents shalltake precedence.Intheevent that there isaconflictbetweenoramongthe Contract Documents,onlythelatestversion shall apply andthelatestversionoftheContractDocuments.The CONSULTANT shall usethe following listof Contract Documentsasaguide.Thesedocumentsare set forthbelowinthe order oftheirprecedencesothat all thedocumentslistedabovea given document shouldhaveprecedenceover all thedocumentslistedbelow it (a)Change Orders (b)Amendments/addenda to Contract (c)Supplementary Conditions,ifany (d)Contract withall Exhibits thereto (e)GeneralConditions (t)Written orfigureddimensions (g)Scaled dimensions (h)Drawingsofalargerscale (i)Drawingsofasmallerscale (j)Drawings and Specifications aretobeconsidered complementary toeach other ARTICLE 4 -AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability ofLands: 4.1 TheOWNERshall furnish,as indicated inthe Contract Documents,thelandsuponwhichtheWorkisto be done,rights-of-way for access thereto,and such other lands which are designed fortheuseofthe CONTRACTOR.Easements for permanent structuresor permanent changes in existing facilities will be obtained and paid forbythe OWNER,unless otherwise specified in theContract Documents.Other access to such lands or rights-of-way forthe CONTRACTOR'S convenience shall bethe responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access theretothat may be required for temporaryconstruction facilities orstorageof material and equipment. 4.2The CITY will,upon request furnish tothe Bidders,copies of all available boundary surveys and subsurface tests at no cost Subsurface Conditions: 4.3 The CONTRACTOR acknowledges thathe has investigated priorto bidding and satisfied himself asto theconditions affecting theWork,including butnot limited tothosebearingupontransportation, disposal,handling and storage of materials,availability of labor,water,electric power,roads and uncertainties of weather,river stages,tides,water tables or similar physical conditions atthe site,the conformation and conditions ofthe ground,the character of equipment and facilities needed preliminary to and during prosecution ofthe Work.The CONTRACTOR further acknowledges thathe has satisfied himself astothe character,quality and quantity of surface and subsurface materials or obstacles tobe encountered insofar asthis information is reasonably ascertainable from an inspection ofthe site, Page48of74 Thomas F.Pepe 02-23-15 including all exploratory work done by the OWNER/CONSULTANT onthesiteor any contiguous site, as well as from information presented bythe Drawings and Specifications made partof this Contractor any other information made available toit prior to receipt of bids.Any failure by the CONTRACTOR to acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty orcostof successfully performing WorkThe OWNER assumes no responsibility for any conclusions or interpretations made bythe CONTRACTOR onthe basis ofthe information made available bythe OWNER/CONSULTANT. DifferingSiteConditions: 4.4The CONTRACTOR shall within forty eight (48)hours ofits discovery,and before such conditions are disturbed,notifytheCITYinwriting,of: 4.4.1 Subsurface or latent physical conditions atthe site differing materially from those indicated in the Contract Documents,and 4.4.2 Unknown physical conditions atthe site,of an unusual nature,differing materially from those ordinarily encountered and generally inherent in Workofthe character provided for in this ContractThe CITY shall promptly investigate the conditions,and ifit finds that such conditions do materially differ tothe extent as to cause an increase or decrease in the CONTRACTOR'S cost of,orthetime required for,performance of any partoftheWorkunderthis Contract,an equitable adjustment shall be made and the Contract modified in writing accordingly. 4.5 No claimof the CONTRACTOR under thisclauseshallbe allowed unless the*CONTRACTOR hasgiven the notice required in 4.4 above;provided,however,thetime prescribed therefore may be extended by the CITY,but only ifdone in writing signed bythe City Manager orthe CONSULTANT. ARTICLE 5-INSURANCE Contractor shall comply with the insurance requirements setforthinthe SupplementaryConditions to the Contract. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES Supervisionand Superintendence: 6.1 The CONTRACTOR shall supervise anddirecttheWork.It shall be solely responsible forthe means, methods,techniques,sequences and procedures of construction.The CONTRACTOR shall employ and maintain a qualified supervisor or superintendent (hereinafter referred toas "Supervisor"attheWork site who shall be designated in writing bythe CONTRACTOR,beforethe CONTRACTOR commences theWorkandwithinthetimerequiredbythe Contract,asthe CONTRACTOR'S representative atthe site.The Supervisor orso designated shall have full authority toacton behalf ofthe CONTRACTOR and all communications given tothe Supervisor shall beas binding asifgiven tothe CONTRACTOR.The Supervisor(s)shall bepresentateachsiteat all times asrequiredtoperformadequatesupervision and coordination ofthe Work.(Copies ofwritten communications given tothe Supervisor shall be mailed to the CONTRACTOR'Shome office). 6.1.1 TheCONTRACTOR shall keeponerecordcopyofall Specifications,Drawings,Addenda, Modifications andShop Drawings atthesiteat all timesandingood order andannotatedtoshow all changes made during theconstruction process.These shall be available tothe CONSULTANT andany CITY Representative at all reasonable times.Asetof "As-Built"drawings,as well asthe original Specifications,Drawings,Addenda,Modifications andShop Drawings withannotations, shall bemade available totheCityat all timesanditshallbedeliveredtothe CITY upon completionof the Project. Labor.MaterialsandEquipment: 6.2TheCONTRACTOR shall provide competent suitably qualified personnel tolayouttheWorkand performconstructionasrequiredbytheContract Documents.It shall at all times maintain good disciplineand order at the site. 6.3The CONTRACTOR shallfurnishaltmaterials,equipment,labor,transportation,construction equipment and machinery,tools,appliances,fuel,power,light,heatlocal telephone,waterandsanitary facilities and all other facilities andincidentalsnecessaryfortheexecution,testing,initial operation andcompletionof the Work 6.4Allmaterialsandequipment shall benew,exceptas otherwise providedin the Contract Documents. Whenspecialmakes or gradesofmaterialwhicharenormally packaged bythesupplierormanufacturer Page49of74 Thomas F.Pepe 02-23-15 are specified or approved,such materials shall be delivered tothe site in their original packages or containers with seals unbroken and labels intact, 6.5 All materials and equipment shall be applied,installed,connected,erected,used,cleaned and conditioned in accordance withthe instructions ofthe applicable manufacturer,fabricator,or processors,exceptas otherwise providedin the Contract Documents. Work.Materials.EquipmentProductsandSubstitutions: 6.6 Materials,equipmentand products incorporated intheWorkmustbe approved forusebefore being purchasedby the CONTRACTOR.TheCONTRACTORshallsubmitto the CONSULTANTalistof proposed materials,equipment orproducts,togetherwithsuch samples as may be necessary forthemto determine their acceptability and obtain their approval,within ninety (90)calendar days after award of Contract unless otherwise stipulated inthe Special Conditions.Norequestfor payment for "or equal" equipment will beapproved until thislisthasbeenreceivedand approved bythe CONSULTANT. 6.6.1 Whenevera material,article or piece of equipment is identified onthe Drawings or Specifications byreferencetobrandname or catalognumber,itshallbeunderstoodthatthisisreferencedfor thepurposeof defining theperformance or other salientrequirementsandthat other productsof equal capacities,quality and function shall beconsidered.The CONTRACTOR may recommend the substitution ofa material,article,orpieceof equipment of equal substance and function for those referred,tointheContract Documents byreferenceto brand name or catalog number,and if,in the opinionofthe CONSULTANT,suchmaterial,article,orpieceofequipmentisof equal substanceand function tothat specified,the CONSULTANT mayapproveitssubstitutionanduse bythe CONTRACTOR.Incidental changes orextra component partsrequiredto accommodate thesubstitute will bemadebytheCONTRACTORwithoutachangeinthe Contract Priceorthe Contract Time. 6.6.2No substitute shajl be ordered or installed withoutthewrittenapprovalofthe CONSULTANT whoshallbe the judgeof quality. 6.6.3Delaycausedby obtaining approvalsforsubstitutematerialsshall notbeconsidered justifiable grounds foranextensionof construction time. 6.6.4.Should any Work or materials,equipmentorproductsnot conform torequirementsofthe Drawings and Specifications orbecome damaged duringtheprogressoftheWork,such Work or materialsshallberemovedand replaced,together withanyWork disarranged bysuchalterations, atanytimebeforecompletionandacceptanceoftheProject All such Work shall bedoneatthe expense of the CONTRACTOR. 6.6.5Nomaterialsorsuppliesforthe Work shallbepurchasedbytheCONTRACTOR or any Subcontractor subjecttoanychattelmortgage or undera conditional sale or otheragreementby whichaninterestisretainedbythe Seller.The CONTRACTOR warrantsthattheyhavegood title to allmaterialsandsuppliesusedbytheminthe Work 6.6.6Non-conformingWork:TheCityofSouth Miami may withhold acceptanceof,orrejectitems whicharefoundupon examination,nottomeetthe specification requirementsorconformtothe plans and drawings.Uponwritten notification of rejection,items shall be removed or uninstalled within five (5)business days bythe CONTRACTOR athisownexpenseand redelivered and/or reinstalledathisexpense.Rejectedgoodsleftlongerthanthirty(30)calendardays shall be regardedasabandonedandthe CITY shall havetherighttodisposeofthemasitsownproperty and the CONTRACTOR thereby waives any claim tothegoodorto compensation ofany kind forsaidgoods.Rejection for non-conformance or failure tomeet delivery schedules mayresultin the CONTRACTOR beingfoundindefault 6.6.7 .Incaseof default bythe CONTRACTOR,theCityofSouthMiami may procurethearticlesor servicesfrom other sourcesandholdthe CONTRACTOR responsibleforanyexcesscosts occasionedorincurredthereby. 6.6.8 The CITY reserves therightintheeventthe CONTRACTOR cannot provide an item(s)or service(s)ina timely manner as requested,toobtainthe good and/or services from othersources and deducting thecostfromtheContract Price without violating theintentoftheContract Concerning Subcontractors: 6.7The CONTRACTOR shall notemployanySubcontractor,againstwhomthe CITY orthe CONSULTANT may have reasonable objection,nor will the CONTRACTOR be required to employ any Page50of74 Thomas F.Pepe 02-23-15 Subcontractor whohasbeenacceptedbytheCITY and theCONSULTANT,unless theCONSULTANT determinesthatthereisgoodcausefordoingso. 6.8 TheCONTRACTOR shall be fully responsible for all acts and omissions ofits Subcontractors and of persons and organizations directly or indirectly employed byit and of persons and organizations for whoseactsanyofthemmaybe liable tothesameextentthattheyare responsible fortheacts and omissions ofpersons directly employedbythem.NothingintheContractDocuments shall createany contractualrelationship between OWNER or CONSULTANT andanySubcontractororotherpersonor organization having adirectcontractwith CONTRACTOR,nor shall itcreateany obligation onthepart ofOWNERorCONSULTANTto pay ortoseeto payment of any persons due subcontractor orother personor organization,except asmayotherwisebe required by law.CITYorCONSULTANTmay furnish toany Subcontractor orother person or organization,tothe extent practicable,evidence of amounts paid tothe CONTRACTOR onaccountof specified Work donein accordance withthe schedule values. 6.9The divisions andsectionsof the Specifications andthe identifications ofany Drawings shall notcontrol theCONTRACTORin dividing the Work among Subcontractors or delineating the Work performed by anyspecifictrade. 6.10 The CONTRACTOR agrees to bind specifically everySubcontractortothe applicable termsand conditions of the Contract Documents for the benefit of the OWNER. 6.11 All Work performedforthe CONTRACTOR byaSubcontractor shall bepursuanttoanappropriate agreement between the CONTRACTOR and the Subcontractor. 6.12 The CONTRACTOR shall beresponsibleforthecoordinationofthetrades,Subcontractors material and menengagedupontheir Work 6.12.1 The CONTRACTOR shall causeappropriate provisions tobeinsertedin all subcontractsrelative tothe Work tobindSubcontractors to the CONTRACTOR bythetermsofthese General ConditionsandotherContractDocumentsinsofaras applicable to the Work of Subcontractors, andgivethe CONTRACTOR thesamepoweras regards toterminatinganysubcontractthatthe OWNER mayexerciseoverthe CONTRACTOR underany provisions oftheContract Documents. 6.12.2 TheCITYorCONSULTANT will notundertaketosettle any differences betweenthe CONTRACTOR and their Subcontractors or between Subcontractors. 6.123 Ifinthe opinion oftheCONSULTANT,any Subcontractor onthe Project provestobe incompetentorotherwise unsatisfactory,they shall bepromptly replaced bythe CONTRACTOR ifandwhendirectedbythe CONSULTANT in writing. 6.I2A Discrimination:No action shall betakenbytheany subcontractor with regard tothe fulfillment ofthe termsofthesubcontract,including the hiring andretentionofemployeesforthe performance of Work thatwould discriminate against any person onthe basis of race,color,creed,religion,national origin,sex, age,sexual orientation,familial statusor disability.This paragraph shall bemadeapartofthe subcontractor's contract with the Contractor. PatentFeesand Royalties: 6.13 TheCONTRACTOR shall pay ail license fees and royalties and assume all costs incident totheuseofany invention,design,process or device which isthe subject of patent rights or copyrights heldbyothers.He shall indemnify and hold harmless theOWNER and the CONSULTANT and anyone directly or indirectly employed byeitherofthemfrom against all claims,damages,losses and expenses (including attorney's fees)arising outof any infringement of such rights during orafterthe completion oftheWork,and shall defend all such claims in connection with any alleged infringement ofsuch rights. 6.14 The CONTRACTOR shall be responsible for determining the application of patent rights and royalties materials,appliances,articles orsystems prior to bidding.However,he shall notbe responsible for such determination on systems which donot involve purchase bythemof materials,appliances and articles. Permits: 6.15 The CONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all governmental charges andinspectionfeesnecessaryfortheprosecution of the Work,whichare applicable atthetimeof his Bid.When such charges are normally made bythe CITY and when so stated inthe Special Conditions,there will beno charges totheCONTRACTOR.TheCITY shall assist the CONTRACTOR,when necessary,in obtaining suchpermits and licenses.TheCONTRACTOR shall also .pay all publicutility charges. Page 51 of 74 Thomas F.Pepe 02-23-15 Electrical Powerand Lighting: 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required byit This service shall be installed bya qualified electrical Contractor approved bythe CONSULTANT.Lighting shall be provided bythe CONTRACTOR in all spaces at all timeswhere necessary forgood and proper workmanship,for inspection orfor safety.No temporary power shall be used off temporary lighting lines withoutspecific approval ofthe CONTRACTOR. LawsandRegulations: 6.17 TheCONTRACTOR shall complywith all notices,laws,ordinances,rules and regulations applicable to the Work IftheCONTRACTOR observes thatthe Specifications or Drawings areat variance therewith, it shall givetheCONSULTANTpromptwrittennoticethereof,and any necessary changes shall be adjusted by an appropriate modification.IftheCONTRACTOR performs anyWork knowing ittobe contrarytosuch laws,ordinances,rulesand regulations,andwithoutsuchnotice to theCONSULTANT, it shall bear all costs arising there from;however,it shall notbeits primary responsibility tomakecertain that theDrawingsandSpecificationsareinaccordancewithsuch laws,ordinances,rulesandregulations. Discrimination: 6.17A Noaction shall betakenbytheContractorwith regard tothe fulfillment ofthetermsoftheContract, including the hiring andretentionofemployeesforthe performance of Work thatwould discriminate againstanypersonon the basisofrace,color,creed,religion,national origin,sex,age,sexualorientation, familial statusor disability. Taxes: 6.18 Cost of ali applicable sales,consumeruse,and other taxesforwhichthe CONTRACTOR is liable under theContract shall beincludedintheContract Price statedbytheCONTRACTOR. SafetyandProtection: 6.19 The CONTRACTOR shall be responsible for initiating,maintaining and supervising ail safetyprecautions and programs inconnectionwiththe Work They shall take all necessary precautions forthe safety of, andshallprovidethenecessaryprotectiontoprevent damage,injuryorlossto: 6.19.1 All employees and other persons,whomaybe affected thereby, 6.19.2 Allthe Work and all materials orequipmenttobe incorporated therein,whetherinstorageonor off the site,and 6.19.3 Other propertyat the siteoradjacentthereto,including trees,shrubs,lawns,walks,pavements, roadways,structuresand utilities not designated for removal,relocation orreplacementinthe course of construction. 6.20TheCONTRACTOR shall designate a responsible memberoftheir organization atthesitewhoseduty shall bethe prevention of accidents.Thisperson shall bethe CONTRACTOR'S Superintendent unless otherwise designated inwritingbythe CONTRACTOR totheCITY. Emergencies: 6.21 In emergencies affecting thesafetyofpersonsorthe Work or property atthesiteor adjacent thereto, the CONTRACTOR,without special instruction or authorization from the CONSULTANT or CITY,is obligated toactat his discretion,topreventthreatened damage,injury or loss.He shall give the CONSULTANT promptwritten notice ofany significant changes intheWorkor deviations from the Contract Documents causedthereby.IftheCONTRACTOR believes that additional Work donebyhim in an emergency which arose from causes beyond his control entitles him to an increase inthe Contract Price oranextensionoftheContract Time,hemaymakea claim thereforeas provided in Articles 11 and 12. ShopDrawingsandSamples: 6.22 After checking and verifying all field measurements,theCONTRACTOR shall submittothe CONSULTANT forreview,in accordance withtheacceptedscheduleofshop drawing submissions,six (6)copies (oratthe CONSULTANT option,one reproducible copy)of all Shop Drawings,which shall have been checked by and stamped withthe approval ofthe CONTRACTOR.The Shop Drawings shall benumberedandidentifiedasthe CONSULTANT mayrequireThedatashownontheShop Drawings Page 52 of 74 Thomas F.Pepe 02-23-15 shall be complete with respect to dimensions,design criteria,materials of construction and the like to enable theCONSULTANTtoreviewthe information withoutany unnecessary investigation. 6.23The CONTRACTOR shall alsosubmittotheCONSULTANTfor review,withsuchpromptnessas to cause no delay inWork,ail samples required bytheContract Documents. All samples shall have been checked by and stamped with the approval ofthe CONTRACTOR,identified clearly as to material,manufacturer,any pertinent catalog numbers and the use for which intended. 6.24 Atthetime of each submission,the CONTRACTOR shall notify the CONSULTANT,in writing,of any deviations between the Shop Drawings or samples and the requirements ofthe Contract Documents. 6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples,but his review shall be only for conformance with the design concept ofthe Project and for compliance with the information given in the Contract Documents.The review ofa separate item as such will not indicate review ofthe assembly in which the items functions.The CONTRACTOR shall make any corrections required by the CONSULTANT and shall return the required number of corrected copies of Shop Drawings and resubmit new samples until the review is satisfactory tothe CONSULTANT.The CONTRACTOR shalf notify the CONSULTANT,in writing,of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re-submission.The CONTRACTOR'S stamp of approval on any Shop Drawings or sample shall constitute representation to the CITY and the CONSULTANTthatthe CONTRACTOR haseitherdetermined and/or verified all quantities,dimension, field construction criteria,materials,catalog numbers and similar data orthey assume full responsibility for doing so,and that they have reviewed or coordinated each Shop Drawing or sample with the requirements ofthe Work andtheContract Documents. 6.26 NoWork requiring a submittal ofa Shop Drawing or sample shall be commenced until the submission has been reviewed and approved in writing by the CONSULTANT.A copy of each Shop Drawing and each approved sample shall be kept in good order,in a book or binder,in chronological order or in such other order required by the CONSULTANT in writing,by the CONTRACTOR atthe site and shall beavailable to the CONSULTANT. 6.27 The CONSULTANT'S review of Shop Drawings or samples shall not relieve the CONTRACTOR from his responsibility for any deviations from the requirements ofthe Contract Documents unless the CONTRACTOR has informed the CONSULTANT,in writing,to each deviation atthetimeof submission and the CONSULTANT has given written approval tothe specific deviation,nor shall any review bythe CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the ShopDrawingsorsamples. 6.27A The CONTRACTOR shall be liable totheOWNERfor any additional costor delay thatis caused byits failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due toerrorsintheShop Drawings or samples. CleaningUp: 6.28 The CONTRACTOR shall clean up behind theWork as much as is reasonably possible astheWork progresses.Upon completion ofthe Work,and before acceptance of final payment for the Project by the OWNER,theCONTRACTOR shall remove all his surplus and discarded materials,excavated material and rubbish aswellas all other material and equipment thatdoesnot form a part oftheWork,fromthe property,roadways,sidewalks,parking areas,lawn and all adjacent property;In addition,the CONTRACTOR shall clean his portion ofWork involved in any building under thisContractsothatno further cleaning bythe OWNER is necessary prior to its occupancy and he shall restore all property,both public and private,which has been disturbed or damaged during the prosecution oftheWorkso as to leavethe whole Work and Work Siteinaneatandpresentablecondition. 6.29IftheCONTRACTORdoesnot clean the Work site,theCITY may clean the Work Siteofthe materials referred toin paragraph 6.28 and charge thecosttotheCONTRACTOR. Public Convenience andSafety: 6.30 The CONTRACTOR shall,atalltimes,conduct the Work insucha manner as to insure the least practicable obstruction to public travel.The convenience ofthe general public and ofthe residents along and adjacent tothe area of Work shall be provided forina satisfactory manner,consistentwiththe operation and local conditions."Street Closed"signs shall be placed immediately adjacent totheWork,in a conspicuous position,at such locations as traffic demands.At any timethatstreetsare required tobe closed,theCONTRACTOR shall notify law enforcement agencies and in particular,theCityof South Page 53of74 Thomas F.Pepe 02-23-15 Miami Police Department beforethe street isclosedand again assoonasitisopened.Accesstofire hydrants and other fire extinguishing equipment shall be provided and maintained atalltimes. SanitaryProvisions: 6.31 The CONTRACTOR shall provideon-site office,and necessary toilet facilities,secluded from public observation,foruseofallpersonnelontheWorkSite,whetherornotinhis employ.They shall bekept inacleanandsanitary condition and shall comply withthe requirements and regulations ofthe Public Authorities having jurisdiction.They shall commit no public nuisance.Temporaryfield office and sanitary facilities shallberemoveduponcompletionofthe Work andthepremisesshallbe left clean. Indemnification: 6.32Contrartor shall comply withthe indemnification requirements set forth in the RFP and in EXHIBIT 2of the Supplementary Conditions(Insuranceand indemnification requirements). 6.33 In theeventthatany action or proceeding is brought against OWNER or CONSULTANT byreasonof anysuch claim or demand,CONTRACTOR,uponwritten notice from CITY shall defend suchactionor proceedingbycounselsatisfactoryto CITY.The indemnification provided above shall obligate CONTRACTOR to defend atitsown expense orto provide for such defense,at CITY'S option,anyand all claims of liability andallsuitsandactionsofeverynameand description thatmaybebrought against OWNER or CONSULTANT,excluding onlythose claims that allege thatthe injuries aroseoutofthe solenegligenceofOWNER or CONSULTANT. 6.34The obligations ofthe CONTRACTOR under paragraph 6.33 shall notextendtothe liability ofthe CONSULTANT,its agents or employees arising outof (a)the preparation or approval of maps,drawings, opinions,reports,surveys,Change Orders,designs or specifications or(b)the giving oforthe failure to give directions or instructions bythe CONSULTANT,its agents or employees provided suchactor omissionis the primarycauseofinjuryor damage. 6.34A All ofthe forgoing indemnification provisions shall survive thetermoftheContractto which these General Conditions areapart Indemnification shall not exceed an amount equal tothetotal value of all insurance coverage required by Section 5.1 ofthisdocument Indemnification is limited to damages caused in whole orinpartbyanyact,omission,or default ofthe Contractor,the Contractor's subcontractors, sub-subcontractors,materialmen,or agents of any tierortheir respective employees totheextent caused bythe negligence,recklessness,or intentional wrongful misconduct ofthe indemnifying party and persons employed or utilized bythe indemnifying partyinthe performance ofthe construction contract. Responsibility forConnectionto Existing Worlc 6.35 It shall bethe responsibility ofthe CONTRACTOR to connect itsWorkto each partofthe existing Work existing building orstructureorWork previously installed as required bythe Drawings and Specifications toprovideacomplete installation. 6.36 Excavations,grading,fill,storm drainage,paving and any other construction or installations in rights-of- ways of streets,highways,public carrier lines,utility lines,either aerial,surface or subsurface,etc.,shall be donein accordance with requirements ofthe special conditions.The OWNER will be responsible for obtaining all permits necessary forthe Work described in this paragraph 6.36.Upon completion ofthe Work,CONTRACTOR shall presentto CONSULTANT certificates,in triplicate,from theproper authorities,stating thattheWorkhas been donein accordance with their requirements. 6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public authorities involvedin the above requirements. 6.36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters,pavement storm drainage structures,and other items which must be established by governmental departments as soon as grading operations are begun on the site and,in any case,sufficiently early inthe construction periodtoprevent any adverse effect ontheProject Cooperationwith Governmental Departments.Public Utilities.Etc.: 6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental departments,public utilities,public carriers,service companies and corporations (hereinafter referred to as "third parties")owning or controlling roadways,railways,water,sewer,gas,electrical conduits, telephone,and telegraph facilities such as pavements,tracks,piping,wires,cables,conduits,poles,guys, etc.,including incidental structures connected therewith,that are encountered in the Work in order that such items are properly shored,supported and protected,that their location is identified and to obtain Page54of74 Thomas F.Pepe 02-23-15 authority from these third parties for relocation if the CONTRACTOR desires to relocate the item.The CONTRACTOR shall give all proper notices,shall comply with all requirements ofsuch third parties in the performance of his Work shall permit entrance ofsuch third parties on the Projea in order that they may perform their necessary work,and shall pay ali charges and fees made by such third parties for their work 6.37.1 The CONTRACTOR'S attention is called tothe fact thatthere may be delays onthe Project due toworktobe done bygovernmental departments,public utilities,and others in repairing or moving poles,conduits,etc.The CONTRACTOR shall cooperate with the above parties in every way possible,sothatthe construction can be completed in the least possible time. 6.37.2 The CONTRACTOR shall have made itself familiar with all codes,laws,ordinances,and regulations which in any manner affect those engaged or employed in the Work or materials and equipment use in or upon the Work or in any way affect the conduct ofthe Work,and no plea of misunderstanding will be considered on account of damage or delay caused by his ignorance thereof. Use Premises: 6.38 CONTRACTOR shall confine its apparatus,storage of materials,and operations of its workmen tothe limits indicated by law,ordinances,permits and directions ofCONSULTANT and CITY,and shall not unnecessarily encumber any partofthesiteoranyareasoffsite. 6.38.1 CONTRACTOR shall not overload or permit any part of any structure tobe loaded with such weight as will endanger its safety,norshall it subject any work to stresses or pressures that will endanger it. 6.38.2 CONTRACTOR shall enforce the rules and regulation promulgated by the CONSULTANT and OWNER as well astheir instructions with regard to signs,advertisements,fires and smoking. 6.38.3 CONTRACTOR shall arrange and cooperate with CITY in routing and parking of automobiles of its employees,subcontractors and other personnel,as well as that ofthe material delivery trucks and other vehicles that come to the Project site. 6.38.4 The City will designate specific areas on the site for storage,parking,etc.and the job site shall be fencedtoprotectthejobsiteandthe general public. 6.38.5 The CONTRACTOR shall furnish,install and maintain adequate construction office facilities for ail workers employed by itor by its Subcontractors.Temporary offices shall be provided and located where directed and approved by the CONSULTANT.All such facilities shall be furnished instrict accordance with existing governing regulations.Field offices shall include telephone facilities. Protection of Existing Property Improvements: 6.38 Any existing surface or subsurface improvements,such as pavements,curbs,sidewalks,pipes or utilities, footings,or structures (including portions thereof),trees and shrubbery,not indicated onthe Drawings or noted inthe Specifications as being removed or altered shall be protected from damage during construction ofthe Project Any such improvements damaged during construction ofthe Project shall be restored atthe expense ofthe CONTRACTOR toa condition equal to that existing atthe time of award of Contract. ARTICLE 7 -WORK BY OTHERS, 7.1 The CITY may perform additional Work related tothe Project or may letother direct contracts therefor whichshallcontainGeneralConditionssimilartothese.TheCONTRACTORshallaffordthe other contractors who are parties to such direct contracts (orthe OWNER,ifitis performing the additional Work itself),reasonable opportunity forthe introduction and storage of materials and equipment and the executionofWork,and shall properlyconnectandcoordinateitsWorkwiththeirs. 7.2 Ifany partofthe CONTRACTOR'S Work depends upon proper execution or results ofthe Work ofany other contractor ortheOWNER,the CONTRACTOR shall promptly reporttothe CONSULTANT in writing any defects or deficiencies in such Work that render it unsuitable for the CONTRACTOR'S Work 7.3TheCONTRACTOR shall doall cutting,fitting and patching ofthe Work that may berequiredto make its several partscometogether properly and fitto receive orbe received bysuch otherWorkThe CONTRACTOR shall not endanger any Workofothersby cutting,excavating orotherwise altering their Work and shall only cutor alter theirWork with the written consent ofthe CONSULTANT and ofthe other contractor whose work will be affected. Page55of74 Thomas F.Pepe 02-23-15 7.4Iftheperformanceof additional Workby other contractorsorthe OWNER isnotnotedintheContract Documents prior to the executionofthe Contract writtennotice thereof shallbegiven to the CONTRACTORpriortostartinganysuch additional Work Ifthe CONTRACTOR believes thatthe performanceofsuch additional WorkbytheOWNERorothers will causethe CONTRACTOR additionalexpense or entitleshimtoanextensionofthe Contract Time,hemaymakea claim therefore as provided inArticles 11 and 12 7.5 Where practicable,theCONTRACTORshallbuildaroundtheworkof other separate contractors or shallleavechases,slotsandholesasrequiredtoreceiveand to conceal within thegeneralconstruction Worktheworkofsuchotherseparatecontractorsasdirectedby them.Wheresuch chases,slots,etc., are impracticable,the Work shall require specific approval ofthe CONSULTANT. 7.6Necessary chases,slots,andholesnotbuiltorleftbythe CONTRACTOR shall becutbytheseparate contractor requiring such alterations after approval ofthe CONTRACTOR.The CONTRACTOR shall doallpatchingand finishing oftheworkof other contractorswhereitiscutbythemandsuch patching and finishing shall beattheexpenseof CONTRACTOR 7.7 Cooperation isrequiredintheuseofsite facilities andinthedetailedexecutionofthe Work Each contractor shallcoordinatetheiroperation with thoseofthe other Contractorsforthebestinterestof the Work inordertoprevent delay intheexecutionthereof. 7.8 Each ofseveralcontractors working ontheProjectSite shall keep themselves informed oftheprogressof theworkofothercontractors.Should lack of progress or defective workmanship onthepartofother contractorsinterferewiththe CONTRACTOR'S operations,the CONTRACTOR shall notify the CONSULTANT immediately andin writing.Lack ofsuchnoticetothe CONSULTANT shall be construedas acceptance bythe CONTRACTOR ofthestatusoftheworkofothercontractorsas being satisfactoryforpropercoordinationofCONTRACTOR'Sown Work 7.9The cost of extra Work resultingfromlackofnotice,untimely notice,failure torespondtonotice, Defective Work or lack of coordination shall be the CONTRACTOR'S cost. 7.10 The CITY reservestherightintheeventthe CONTRACTOR cannot provide an item(s)or service(s)ina timelymannerasrequested,to obtain thegood and/or services from othersourcesand deducting the cost from the Contract Pricewithout violating the intentof the Contract ARTICLE 8 -CITY'S RESPONSIBILITIES. 8.1 TheCITYwillissueall communications totheCONTRACTORthroughthe CONSULTANT. 8.2 In casesof termination of employment ofthe CONSULTANT,the CITY will appoint a CONSULTANT whose status under the Contract Documents shall be that of the former CONSULTANT. 8.3 The CITY shallpromptly furnish thedatarequiredofthemundertheContractDocuments. 8.4The CITY'S duties inrespectto providing lands and easements areset forth in Paragraphs 4.1 and 4.2. 8.5The CITY shall have therighttotake possession ofanduseany completed or partially completed portionsofthe Work notwithstanding thefactthatthetimefor completing theentireWorkor any portionthereof may not have expired;butsuch taking possession and use shall notbe deemed an acceptanceofanyWork not completed in accordance withtheContract Documents. ARTICLE 9-CONSULTANTS'STATUS DURING CONSTRUCTION, City'sRepresentative: 9.1 The CONSULTANT shall bethe CITY'S representative during the construction period.The duties and responsibilities and the limitations of authority ofthe CONSULTANT as the CITYS representative during constructionaresetforthin Articles I through 16 ofthese General Conditions and shall notbe extended without written consent of the CITYand the CONSULTANT. 9.1.1 The CONSULTANTS decision,inmatters relating to aesthetics,shall be final,if within theterms of the Contract Documents. 9.1.2 Except as may be otherwise provided in this contract,all claims,counterclaims,disputes and other matters in question between the CITY andthe CONSULTANT arising outofor relating tothis Contract orthebreachthereof,shall bedecidedina court ofcompetent jurisdiction within the State of Florida. Visits to Site: 9.2 The CONSULTANT shall provide an inspector to make periodic visits tothe site at each phase of construction to observe the progress and quality ofthe executed Work and to determine iftheWorkis proceeding in accordance with the Contract Documents.His efforts shall be directed toward providing Page 56 of74 Thomas F.Pepe 02-23-15 assurance forthe OWNER and all applicable regulatory agencies that construction isin compliance with theConstruction Documents and applicable laws,rules and regulations.Onthe basis oftheseonsite- observations asan experienced and qualified design professional,he shall keepthe CITY informed ofthe progressofthe Work and shall guard theOWNER against defectsand deficiencies intheWorkof CONTRACTOR. Clarificationsand Interpretations: 9.3TheCONSULTANTshallissue,with reasonablepromptness,suchwritten clarifications or interpretations ofthe Contract Documents(intheformof Drawings orotherwise)asitmaydeterminenecessary,which shall beconsistentwith,or reasonably inferable from,the overall intentoftheContract Documents.If the CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written clarification and/orinterpretationit shall be required to submit a timely claim as provided in Articles 11 and 12. Measurement of Quantities: 9.4 All WorkcompletedundertheContract shall bemeasuredbythe CONSULTANT according tothe United States Standard Measures.Alllinearsurface measurements shallbemadehorizontally or vertically asrequiredby the itemmeasured. RejectingDefective Work: 9.5The CONSULTANT shall haveauthorityto disapprove or rejectWorkthatis "Defective Work"as definedinArticle I.It shall alsohaveauthoritytorequire special inspection ortestingofthe Work including Work fabricatedonoroffsite,installed orcompletedas provided.Intheeventthatthe CONSULTANTrequirestestingofcompletedWork,thecostofsuchinspectionsand/ortestingshallbe approvedinwritingbythe CITY.All consequentialcostofsuch inspections and testing,including butnot limited to the costoftestingandinspection,the cost ofrepairinganyof the Work ortheworkof others, the costtomovefurnitureandequipmentand/orthecosttoprovidealternative facilities until therepair work canbecompleted,shall paid bytheCONTRACTORiftheWorkisfoundtobe Defective Work Shop Drawings.Change Orders and Payments: 9.6Inconnectionwiththe CONSULTANT responsibility astoShop Drawings and samples,seeparagraphs 6.25 through 6.28,inclusive. 9.7 In connectionwiththe CONSULTANT'S responsibility forChange Orders seeArticles 10,II,and 12. 9.8 In connectionwiththe CONSULTANT responsibilities withrespect to the Application for Payment,etc., see Article 14. DecisionsonDisagreements: 9.10 TheCONSULTANT shall bethe initial interpreter oftheConstructionDocuments. UmitationsonConsultant's Responsibilities: 9.11 The CONSULTANT will notberesponsiblefortheconstruction means,methods,techniques,sequences or procedures,or the safetyprecautionsandprogramsincident thereto. 9.12 The CONSULTANT will notberesponsiblefortheactsor omissions ofthe CONTRACTOR,orany Subcontractors,or anyoftheiragentservantsoremployees,or any other personperforminganyofthe Work under or through them. ARTICLE 10 -CHANGES IN THE WORK. 10.1 Without invalidating the Contract the CITY may,atanytimeor from timetotime,order additions, deletions or revisions inortotheWork which shall only be authorized byawritten Change Orders. UponreceiptofaChangeOrder,theCONTRACTOR shall proceedwiththe Work involved.All such Work shall be performed underthe applicable conditions oftheContract Documents.Ifany authorized written Change Order causesanincrease or decreasein the Contract Price or anextensionor shorteningofthe Contract Time,anequitableadjustment will bemadeasprovidedinArticle 11 or Article 12.A written Change Order signedbythe CITY andtheCONTRACTORindicatestheir agreementtothetermsoftheChangeOrder.All Change Orders shall becertifiedbythe CONSULTANT astothe appropriateness and value ofthe change in theWorkas well asto any change inthetimetocompletethe Work underthe circumstances.The failure to include atimeextensionin Page57of74 Thomas F.Pepe 02-23-15 the Change Orderorintherequestfora change order shall result in a waiver of any extension oftime duetothe change intheworkas reflected in the Change Order. 10.2 The CONSULTANT may authorize minor changes or alterations in theWorknot involving extracost and not inconsistent with the overall intent of the Contract Documents without the need for a formal written Change Order provided the CONTRACTOR doesnot request additional timeor additional compensation.Thesemaybe accomplished byawritten Field Order.IftheCONTRACTORbelieves thatany change oralteration authorized bythe CONSULTANT'S Field Order would entitlesthe CONTRACTOR to anincreaseintheContractPrice or extensionof Contract Time,itmustsubmita writtennoticeofintentto demand a Change Order within twentyfour (24)hoursofthe issuance ofthe Field Orderand submit awritten proposal for Change Order within four (4)days thereafter,otherwise the CONTRACTOR shallbe deemed to have waived such claim. 10.3 Additional Work performedbythe CONTRACTOR without authorization ofawrittenChange Order shall notentitleittoanincreaseintheContractPriceoran extension oftheContractTime,exceptin thecaseofanemergencyas provided in paragraph 6.22andexceptas provided in paragraph 10.2. 10.4 The CITY will execute appropriate Change Orderspreparedbythe CONSULTANT covering changes in the Work,tobe performed as provided in paragraph 4.4,andWork performed inan emergency as provided in paragraph 6.22andanyother claim ofthe CONTRACTOR fora change intheContractTime or theContractPrice which isapprovedbythe CONSULTANT. 10.5 Itisthe CONTRACTOR'S responsibility to notify itsSuretyof any changes affecting the general Scopeof theWorkorchangeinthe Contract Priceor Contract Timeandtheamountofthe applicable bondsshall be adjusted accordingly.The CONTRACTOR shall furnish proofofsuchan adjustment tothe CITY beforecommencementofthe Change OrderWork.TheWork shall bestopped until the CONTRACTOR providessuchproofof adjustment inthe Bond amountandany such delay shall be chargedtothe CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICE. 11.1 TheContractPriceconstitutesthetotal compensation payable tothe CONTRACTOR for Performing theWork All duties,responsibilities and obligations assigned toor undertaken bythe CONTRACTOR shallbeatits expense without changing theContractPrice. 11.2 The CITY may,atanytime,withoutwrittennoticetothesureties,bywrittenorder designated or indicated tobeaChangeOrder,makeany change inthe Work within thegeneralscopeofthe Contract including but not limited to changes to or in: 11.2.1 Specifications (including drawings and designs); 11.2.2 Method or mannerofperformanceofthe Work 11.2.3 CITY-furnished facilities,equipment,materials,services,orsite;or 11.2.4 Accelerationintheperformanceofthe Work 11.3 Exceptasprovidedinthissection,or sectionsreferredtointhissection,noorder,statement or conduct ofthe CITY shallbetreatedasaChange Order orentitlethe CONTRACTOR toanequitable adjustmentunlessanduntilthechangeintheWorkis specifically andexpresslyprovidedforinawritten Change Order,or asotherwiseprovidedinanothersectionofthe Contract Documents. 11.4 WhenaChange Order isissuedby the CONSULTANT andsignedbythe CITY orissuedbythe CITY in writing,the CONTRACTOR shallperformthe Work eveniftheCONTRACTORdoesnotagreewith thedollaramountoftheChange Order.IfanyChange Order causes anincreaseordecreaseinthe CONTRACTOR'S costof,orthetimerequiredfor,the performance ofanypartofthe Work underthis Contract forwhichthe CITY andtheCONTRACTORcannot reach atimely agreement anequitable adjustmentbasedonthecostof the Work shall bemadeandthe Contract modified accordingly. 11.5 IftheCONTRACTORintendstoasserta claim foranequitable adjustment orcontesttheequitable adjustment madebythe CONSULTANT,it shall,withinten (10)calendar days afterreceiptofawritten Change Order,submit to theCITYand CONSULTANT awrittennotice including a statement setting forth the general nature andmonetary extent ofsuchclaimforequitable adjustment time extension requestedandsupportingdataIn determining thecostofthe Change Order,thecosts shall be limited to those listed in section 11.7 and 11.8. 11.6 No claim by the CONTRACTOR foran equitable adjustmenthereunder shall be allowed ifnot submitted inaccordancewiththissection or ifassertedafter final paymentunderthis Contract 11.7 The value ofany Work coveredbya Change Orderorofany claim foran increase ordecreaseinthe Contract Priceshallbe determined inoneofthefollowingways: 11.7.1 By negotiatedlumpsum. Page58of74 Thomas F.Pepe 02-23-15 11.7.2 Onthe basis ofthe reasonable cost and savings that results from the change in theWork plus a mutually agreed upon fee to the CONTRACTOR to cover overhead and profit not to exceed 15%.If the CONTRACTOR disagrees with the CONSULTANTS determination of reasonable costs,the CONTRACT shall provide a list of all costs together with backup documentation 11.8 ThetermcostoftheWork means the sum of all direct extracosts necessarily incurred and paid bythe CONTRACTOR in the proper performance ofthe Change Order.Except as otherwise may be agreed to in writing by CITY,such costs shall be in amounts no higher than those prevailing in Miami-Dade Countyand shall include onlythe following items: 11.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance ofthe Work described in the Change Order under schedules of job classifications agreed upon by CITY and CONTRACTOR.Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work Payroll costs shall be limited to: salaries and wages,plus the costs of fringe benefits which shall include social security contributions,unemployment,excise and payroll taxes,workers'compensation,health and retirement benefits,sick leave,vacation and holiday pay applicable thereto.Such employees shall include superintendents and foremen atthe site.The expenses of performing Work after regular working hours,on Sunday or legal holidays shall be included in the above only ifauthorized by CITY and provided it was not in any way,whether in whole or in part the result ofthe fault ofthe CONTRACTOR due to negligence ofthe CONTRACTOR or those acting byor through him or dueinwholeorinpartto Defective Workofthe CONTRACTOR. 11.8.2 Costof all materials and equipment furnished and incorporated intheWork including costs of transportation and storage,and manufacturers'field services required in connection therewith. The CONTRACTOR shall notify the CITY of all cash discounts that are available and offer the CITY the opportunity to deposit funds with the CONTRACTOR for the payment for items that offeradiscountCashdiscounts shall accrueto CONTRACTOR unlessthe CONTRACTOR fails to timely notify the CITY ofthe discounts orifthe OWNER deposits funds with CONTRACTOR with which to make payments in which cases the cash discounts shall accrue tothe OWNER.All tradediscounts,rebatesandrefunds,and all returnsfromsaleofsurplus materials andequipment shall accrueto OWNER,and CONTRACTOR shall make provisions sothattheymaybe obtained. I i .8.3 Payments made by CONTRACTOR tothe Subcontractors for Work performed by Subcontractors.If required by CITY,CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to him and shall deliver such bids toCITYwho will then determine, with the advice oftheCONSULTANT,which Bids will be accepted.Nosubcontract shall bea cost plus contract unless approved in writing bythe CITY.If a Subcontract provides thatthe Subcontractor istobe paid onthe basis ofCostofWork plus a fee,thecostoftheWork shall be determined in accordance thissection I 1.8 andinsuchcase the word "Subcontractor"shall be substituted for the word "CONTRACTOR". 11.8.4 Rentals of all construction equipment and machinery,except hand tools,and the parts thereof whether rentedfrom CONTRACTOR orothersinaccordancewithrentalagreements approved by CITY with the advice of CONSULTANT,and the costs of transportation,loading, unloading,installation,dismantling and removal thereof -all in accordance with terms of said rental agreements.The rental of any such equipment machinery or parts shall cease when the use thereof isnolonger necessary fortheWork. 11.8.5 Sales,useor similar taxesrelatedto the Work,andforwhich CONTRACTOR is liable,imposed byanygovernmentalauthority. 11.8.6 Payments and fees for permits and licenses.Costsfor permits and licenses mustbe shown as a separate item. 11.8.7 Thecostof utilities,fueland sanitary facilities atthesite. 11.8.8 Minor expenses such as telegrams,long distance telephone calls,telephone service atthe site, expressage and similar petty cash itemsin connection withthe Work 11.8.9 Costof premiums for additional Bonds and insurance required solely because of changes in the Work,nottoexceedtwopercent (2%)ofthe increase intheCostofthe Work I 1.9 The term Cost ofthe Work shall NOT includeanyofthe following. 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers,executives,principals (of partnership and sole proprietorships),general managers,engineers,architects,estimators,lawyers, agents,expediters,timekeepers,clerks and other personnel employed by CONTRACTOR Page 59of74 Thomas F.Pepe 02-23-15 whether atthesiteor in its principal ora branch office for general administration oftheWork and not specifically included in the schedule referred to in Subparagraph 11.5. 11.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office atthe site. 11.9.3 Any partof CONTRACTOR'S capital expenses,including interest on CONTRACTOR'S caprtai employed fortheWork and charges against CONTRACTOR for delinquent payments. 11.9.4 Costof premiums for all bonds and for all insurance policies whether ornot CONTRACTOR is required bytheContract Documents to purchase and maintain the same (exceptas otherwise providedin Subparagraph 11.8.9). 11.9.5 Costs due tothe negligence of CONTRACTOR,any Subcontractor,or anyone directly or indirectly employed by any of them orfor whose acts any ofthem may be liable,including butnot limited to,the correction of defective work,disposal of materials or equipment wrongly supplied and making goodany damage to property. 11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically andexpressly included in Paragraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR forits overhead and profit shall be determined as follows: 11.10.1 A mutually acceptable firm fixed price;orif none can be agreed upon. 11.10.2 A mutually acceptable fixed percentage (notto exceed IS%). 11.11 The amount of credit tobe allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same manner as provided in 11.8.Whenboth additions and credits are involved inanyone change,thenet shall be computed to include overhead and profit,identified separately,for both additions and credit provided however,the CONTRACTOR shall notbe entitled to claim lost profits foranyWorknot performed. ARTICLE 12 -TIME FOR COMPLETION.LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Time isofthe essence tothis contract and thedateof beginning and thetimefor completion oftheWork are essential conditions oftheContractTherefore,theWork shall be commenced onthedate specified intheNoticetoProceedand completed within thetime specified for completion ofthework 12.2 The CONTRACTOR shall proceed with theWorkat such rateof progress toensure full completion withintheContractTime.Itis expressly understoodandagreed,byandbetweenthe CONTRACTOR andthe OWNER,thattheContract Time forthe completion oftheWork described hereinisa reasonabletime,takingintoconsiderationtheaverage climatic andeconomicconditionsandotherfactors prevailing in the locality ofthe Work Noextensionoftime shall begranteddueconditionsthatthe Contractor knewoforshouldhaveknownofbefore bidding ontheprojectorduetoinclementweather, except asprovidedin section 12.7. 12.3 Ifthe CONTRACTOR shall fail tocompletetheWork within theContract Time,or extensionoftime grantedbythe CITY,thenthe CONTRACTOR shall payto the OWNERtheamountof liquidated damages as specified intheContract Documents foreach calendar day afterthe scheduled datefor completion as adjusted bywritten Change Ordersthatextendedthe completion date. 12.3.1 Theseamountsarenot penalties butare liquidated damages incurredbytheOWNERforits inability toobtain full useoftheProject.Liquidated damages arehereby fixed andagreedupon between theparties,recognizing the impossibility ofpreciselyascertaining the amountofdamages that willbesustainedasaconsequenceofsuch delay,andbothpartiesdesiringtoobviateany question or disputeconcerningthe amount ofsaiddamagesand the costandeffectofthefailure ofCONTRACTORtocompletethe Contract ontime.Theabove-stated liquidated damages shall applyseparately to eachphaseoftheProjectforwhichatimeforcompletionis given. 12.3.2 CITY isauthorizedtodeductthe liquidated damages from monies dueto CONTRACTOR forthe Work under this Contract 12.4 The Contract Time mayonlybe changed byawrittenChangeOrder.Any claim foranextensioninthe CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five (5)businessdaysof the occurrenceoftheevent giving risetothe claim andstatingthegeneralnature oftheclaim including supportingdata.All claimsforadjustmentinthe Contract Time shallbeevaluated and recommended by the CONSULTANT,with final approvalbythe CITYS representative.Anychange inthe Contract Timeresultingfromanysuch claim shall beincorporatedinawrittenChangeOrder. 12.5 All time limits stated in the Contract Documents are of the essence of the Contract Page60of74 Thomas F.Pepe 02-23-15 12.6 No claim fordelayshallbeallowedbecauseoffailuretofurnish Drawings beforetheexpirationof fourteen (14)calendar days afterdemandhasbeenmadein writing tothe CONSULTANT forsuch Drawings.Furthermore,there shall benomonetary compensation forsuch delay andthe CONTRACTOR'S soleremedy shall beanextensionoftimefortheperiodof delay. 12.7 Extensions totheContract Time for delays caused bythe effects of inclement weather shall notbe grantedunless the weather was unusual forSouthFloridaandcouldnothavebeenanticipated,the abnormal weatherisdocumentedbyrecordsfromthe national weatherserviceandthe abnormal weather is documented to have had a substantial affected on the construction schedule. 12.8 No Damages for Delay:The CONTRACTOR agreesthathe shall not have any claim for damages dueto delay unless thedelayexceeds6months,whether individually or cumulatively,andthenthe damages shall be limited toincreasedcostofmaterialsthatwereunanticipated and thatwouldnothavebeenincurred butforthe delay.Otherthanassetforth above,theonlyremedyfor any delay shall be limited toan extensionoftimeasprovidedforinSection 12.4whichshallbethesoleandexclusiveremedyforsuch resultingdelay.Other thanas set forth above,CONTRACTOR shall notbeentitledtoanincreaseinthe ContractPriceorpaymentorcompensationofanykindfromOWNERfordirect,indirect,consequential, impactor other costs,expensesor damages,including butnot limited to,costsofacceleration or inefficiency,overheadorlost profits,arising because of delay,disruption,interferenceor hindrance from anycausewhatsoever,whethersuch delay,disruption,interferenceorhindrancebereasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 12.9 TheCONTRACTOR waives all claims thatarenotpresentedtotheCityinwritingonorbeforethe 21 st day following thedateoftheeventuponwhich the claimisbased. 12.10 DisputeResolution:Ifanydisputeconcerningaquestionoffactarisesunderthe Contract other than terminationfordefaultor convenience,theCONTRACTORandthecitydepartmentresponsibleforthe administrationoftheContract shall makeagood faith efforttoresolvethedispute.If thedisputecannot beresolvedby agreement thenthe department withtheadviceoftheCity Attorney andthe CONSULTANT shall ruleonthedisputedissueandsendawrittencopyofits decision tothe CONTRACTOR.CONTRACTOR shall comply withsuch decision andshallnotdelaytheproject. ARTICLE 13 -GUARANTEE. 13.1 TheCONTRACTOR shall guaranteeand unconditionally warrantthrough either themanufarturerorthe CONTRACTOR directly,all materials andequipment furnished andWorkperformedforpatent Defective Work foraperiodofone (I)yearfromthedateof Final Acceptanceas indicated inthe CONSULTANT Letterof Recommendation of Acceptance orfromthedatewhenthedefectwasfirst observable,whicheverislater.Thesameguaranteeand unconditional warrantyshallbeextendfor five (5)yearsfromthedateof Final Acceptanceas indicated inthe CONSULTANT Letterof Recommendation ofAcceptanceforlatent Defective Work The CITY will givenoticeofobserved defectswithreasonablepromptness.Intheeventthatthe CONTRACTOR should fail to commenceto correct suchDefectiveWork within ten (10)calendardaysafter having receivedwrittennoticeofthe defect,orshouldthe CONTRACTOR commencethecorrectiveworkbut fail toprosecutethe correctiveworkcontinuouslyand diligently andinaccordancewiththe Contract Documents,applicable law,rulesandregulations,the CITY maydeclareaneventofdefaultterminatethe Contract inwholeor inpartandcausethe Defective Worktobe removed orcorrected and tocompletetheWorkatthe CONTRACTOR'S expense,andthe CITY shall charge the CONTRACTOR thecostthereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 13.2 The specific warranty periods listed intheContract Documents,ifdifferent from the period oftime listed inSection 13.1,shall takeprecedenceoverSection 13.1. 13.3 CONTRACTOR shall actasagentona limited basis forthe OWNER,atthe CITYs option,solely for the follow-up concerning warranty compliance for all items under manufacturer's Warranty/Guarantee andforthepurposeof completing all forms for Warranty/Guarantee coverage underthisContract. 13.4 In caseof default bythe CONTRACTOR,the City ofSouth Miami may procurethe articles or services from othersourcesand hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 13.5 The CITY may withhold acceptance of,orreject items which are found upon examination,nottomeet the specification requirements.Uponwritten notification of rejection,items shall be removed within five (5)business days bythe CONTRACTOR at his own expense and redelivered at his expense.Rejected goods left longer thanthirty (30)calendar days shall be regarded as abandoned and the City shall have the right to dispose ofthemasitsownproperty and the CONTRACTOR thereby waives any claim tothe Page 61 of74 Thomas F.Pepe 02-23-15 goodorto compensation ofany kind.Rejection for Non-conforming Workor failure tomeet delivery schedules may resultintheContract being found in default. ARTICLE 14 -PAYMENTS AND COMPLETION. Payments to Contractor 14.1 The Contractor shall notbe entitled to any money for any work performed before the issuance ofa NoticetoProceedontheform described intheContract Documents andthe issuance bythe City ofa "purchase order",orany other document doesnotandshallnotauthorizethecommencementof the Work Atleastten (10)calendar days before each progress payment falls due(butnotmoreoftenthan oncea month),the CONTRACTOR shall submittothe CONSULTANT a partial payment estimate filled outand signed bythe CONTRACTOR covering theWork performed during the period covered bythe partial paymentestimateandsupportedbysuchdataasthe CONSULTANT may reasonably require.All progresspayment applications afterthefirstprogresspayment shall be accompanied bypartialreleasesof lien executedby all persons,firms andcorporationswho have furnished labor,services or materials incorporatedintotheworkduringtheperiodoftimefor which the previous progress payment was made, releasing such claims and lien rights,if any,ofthosepersons.If payment isrequestedonthe basis of materials andequipmentnotincorporatedintheWorkbut delivered and suitably storedat or nearsite, the partial paymentestimate shall alsobe accompanied bysuch supporting data,satisfactory tothe CITY, whichestablishestheOWNER'Stitletothe material and equipment aswellas certificates ofinsurance providing coveragefor 100%ofthevalueofsaidmaterialand equipment coveringthe material and equipmentfrom all casualtiesaswellas theft,vandalism,fireand flood.TheCONTRACTORshallreplace atitsexpenseany stored materialspaidforwhich are either damaged orstolenbefore installation.The CONSULTANT will within ten (10)calendar days afterreceiptof each partial payment estimate,either certifying inwritingits approval ofpaymentandpresentthe partial payment estimatetothe OWNER,or returnthepartialpaymentestimatetotheCONTRACTOR,indicating inwritinghisreasonsfor refusing to approve paymentInthelatter case,the CONTRACTOR may make the necessary correctionsand resubmitthepartialpaymentestimate.TheOWNER,willwithinthirty(30)calendardaysofpresentation to it of any approved partial paymentestimate,paythe CONTRACTOR aprogresspaymentonthebasis oftheapproved partial paymentestimate.TheOWNER shall retain ten (10%)percentoftheamountof eachpaymentuntil Final CompletionandAcceptanceof all Work coveredbytheContractDocuments. Any interest earned ontheretainageshallaccrue to the benefitoftheOWNER. 14.2 TheCONTRACTOR,beforeitshallreceive final payment shall deliver to the CITY a Contractor's Final Payment Affidavit assetforthin the Florida Construction LienStatuteaswellas final releasesoflien executed byallpersonswhohaveperformed or furnishedlabor,servicesormaterials,directly or indirectly,whichwasincorporatedintotheWork.Ifanyperson refuses toprovidesuchareleaseor providesaconditionalrelease,the CITYshallhavetherighttoissueajointcheckmadepayabletothe CONTRACTORandsuchperson. Contractor's Warranty ofTitle 14.3 The CONTRACTOR warrants andguarantees that title to all Work,materialsandequipmentcoveredby an Application forPayment whether the Work material or equipmentisincorporatedintheProject or not,shall havepassedtotheOWNERpriortothe making ofthe Application forPaymentfreeandclear of all liens,claims,securityinterestand encumbrances (hereafterintheseGeneral Conditions referredto as "Liens");andthatno Work materials orequipmentcoveredbyan Application forPayment will have beenacquiredbythe CONTRACTOR orbyany other person performing theWorkatthesiteor furnishing materialsandequipmentfortheProjectunder or pursuanttoanagreementunderwhichan interesttherein or encumbrancethereonisretainedbythesellerorotherwise imposed bythe CONTRACTOR or such other person. ApprovalofPayment 14.4 The CONSULTANT'S approval ofanypaymentrequestedinan Application for Payment shallconstitutea representation by him tothe CITY,based onthe CONSULTANTS on site observations ofthe Work in progress asan experienced professional andon his review ofthe Application for Payment and supporting data,thattheWork has progressed tothepoint indicated in the Application for Payment;that tothe besthis knowledge,information and belief,the quality oftheWorkisin accordance with theContract Documents (subject toan evaluation oftheWorkasa functioning Project upon substantial completion as defined inArticle I,totheresultsofanysubsequenttests called forintheContractDocumentsandany Page62of 74 Thomas F.Pepe 02-23-15 qualifications statedinhis approval);andthatthe CONTRACTOR isentitledtopaymentoftheamount approved.However,by approving,anysuchpaymentthe CONSULTANT shall nottherebybedeemed to have represented thathemadeexhaustiveorcontinuouson-siteobservations to checkthequalityor the quantity of the Work orthathehasreviewedthemeans,methods,techniques,sequencesand procedures of constructionorthathehadmadeany examination to ascertain howorforwhatpurpose the CONTRACTOR hasusedthemoneys paid ortobe paid tohimonaccountoftheContract Price,or thattitletoanyWork,materials,orequipment has passed totheOWNERfreeandclearofany liens. 14.5 The CONTRACTOR shall makethe following certification on each request for payment* "Iherebycertifythatthelabor and materials listedonthisrequestfor payment have beenusedinthe constructionofthis Work andthat all materials includedinthisrequestforpaymentandnotyet incorporatedintotheconstructionarenowonthesiteorstoredatanapprovedlocation,andpayment received fromthelastrequestfor payment has beenusedtomake payments to all his Subcontractors and suppliers,except for the amounts listed belowbesidethe names ofthepersonswhoperformed work or suppliedmaterials". In theeventthattheCONTRACTOR withholds payment froma Subcontractor or Supplier,thesame amountofmoney shall bewithheldfromtheCONTRACTOR'Spayment until theissueisresolvedby writtenagreementbetweenthemandthenajointcheck shall bemade payable tothepersoninquestion andthe CONTRACTOR in accordance withthesettlementagreementotherwisethemoney shall be heldbythe OWNER untilajudgmentisenteredinfavorofthe CONTRACTOR or the person,inwhich casethemoney shall be paid according with said judgment.Nothing contained herein shall indicate an intenttobenefitanythirdpersonswhoarenot signatories totheContract. 14.6 TheCONSULTANTmayrefuseto approve thewholeoranypartofany payment if,inits opinion,itis unable to makesuch representations tothe OWNER as required this Section 14.Itmayalso refuse to approveany payment,oritmayvoidanypriorpayment application certification becauseof subsequently discovered evidence ortheresultsof subsequent inspection orteststo such extentasmaybe necessary initsopinion to protect the OWNER fromlossbecause: 14.6.1 of Defective Work,or completed Work has been damaged requiring correction or replacement, 14.6.2 the Work forwhichpaymentisrequestedcannotbe verified, 14.6.3 claims of Liens havebeen filed or received,orthereis reasonable evidence indicating the probable filing orreceipt thereof, 14.6.4 the Contract Pricehas been reduced because of modifications, 14.6.5 theCITYhascorrectDefective Work orcompletedthe Work in accordance withArticle 13. 14.6.6 of unsatisfactory prosecution oftheWork,including failure to clean up as required by paragraphs 6.29 and 6.30, 14.6.7 of persistent failure to cooperate withother contractors onthe Project and persistent failure to carry out the Work inaccordancewith the Contract Documents, 14.6.8 of liquidated damages payable bytheCONTRACTOR,or 14.6.9 ofanyother violation of,or failure tocomplywith provisions ofthe Contract Documents. 14.7 Prior to Final Acceptance the OWNER,with the approval ofthe CONSULTANT,may use any completed or substantially completedportionsofthe Work provided suchusedoesnotinterferewiththe CONTRACTOR'S completion ofthe Work Such use shall not constitute an acceptance of such portions of the Work 14.8 The CITY shall have the right toenterthe premises for the purpose of doing Worknot covered bythe Contract Documents.This provision shall notbe construed as relieving the CONTRACTOR ofthesole responsibility forthe care and protection ofthe Work orthe restoration of any damaged Workexcept suchasmaybe caused byagentsoremployeesoftheOWNER. 14.9 Upon completion and acceptance ofthe Work the CONSULTANT shall issue a Certificate attached to the Final Application for Payment thatthe Work has been accepted byit under the conditions ofthe Contract Documents.The entire balance found tobe due the CONTRACTOR,including the retained percentages,butexcept such sums as may be lawfully retained bythe OWNER,shall be paid tothe CONTRACTOR within thirty (30)calendar days of completion and acceptance ofthe Work 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Vendor with the Owner.The Bank of America ePayables Solution is an automated card payment process that shifts accounts payable disbursements to corporate purchasing cards.ePayables,streamline the process of making payments toyour organization going forward,theCity will provide theCONTRACTORwitha Page63 of 74 Thomas F.Pepe 02-23-15 credit card account number to keep on file This card has unique security features,with $0ofavailable funds until an invoice is approved for payment.After an invoice has received proper and complete approval,an electronic remittance advice will besent via e-mail,or fax,which notifies the CONTRACTOR thatthe funds have been transferred in tothe account linked tothecardforthe amount listed on the invoice and/or remittance email.Please refer tothe ePayables Questions &Answers Form contained in this RFP or contact the OWNER'S Finance department at (305)663-6343 with any questions. Acceptance of Final Payment as Release 14.11 The Acceptance by the CONTRACTOR of Final Payment shall be and shall operate as a release tothe OWNER and a waiver ofall claims and all liability to the CONTRACTOR other than claims previously filed and unresolved.Thewaiver shall include all things done or furnished in connection with the Work and for every act and neglect ofthe OWNER and others relating toor arising outofthis Work Any payment however,final or otherwise,shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents orthe Performance Bond and Payment Bonds. 14.12 The CONSULTANT may void any certification ofSubstantial Completion or Final Completion of the Workas may be necessary in his opinion to protect the OWNER from loss ifhe determines,because of subsequently discovered evidence orthe results of subsequent inspection or tests,that 14.12.1 the Work is defective,or that the completed Work has been damaged due tothe fault ofthe CONTRACTOR or any individual or entity operating under or through it requiring correction or replacement totheextentthatthe project is no longer Substantially Completed,or in the case of Final Completion certification,is no longer Finally Competed. 14.12.2 the Work necessary to be completed for the purpose of certifyi ng the work as being Substantially Completed or Finally Completed cannot be verified, 14.12.3 claims or Liens have been filed or received,or there is reasonable evidence indicating the probable filing or receipt thereof thatifvalid and paid,would reduce the amount owing tothe CONTRACTOR BY 20%in the case of Substantial Completion and 5%inthe case of Final Completion. 14.12.4 there is Defective Work the value of which,ifdeducted from the contract price would reduce the amount owing tothe CONTRACTOR BY 20%in the case of Substantial Completion and 5% inthecaseof Final Completion. J4.I3 If the CONSULTANT de-certifies any portion of the Work that was certified ("Initial Certification")by the CONSULTANT,the CONTRACTOR shall repay tothe City ofSouth Miami any money paid asa result of said initial Certification being issued which shall be paid only when the decertified work isre certified. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION. 15.1 The CITY may,at any time and without cause,suspend the Work or any portion thereof for a period of notmorethan ninety (90)calendar days bynoticein writing tothe CONTRACTOR andthe CONSULTANT,whichshallfix the date on which Work shallbe resumed.The CONTRACTOR shallbe allowed an increase inthe Contract Price oran extension ofthe Contract Time,or both,directly attributable to anysuspensionandifa claim is timely madeand if itisallowedunderthetermsofArticles M or Article 12. CityMayTerminate 15.2 Ifthe CONTRACTOR is adjudged bankrupt or insolvent,orifhe makes a general assignment forthe benefit of its creditors,orifatrusteeor receiver is appointed forthe CONTRACTOR orfor any its property,orifhe files a petition to take advantage of any debtor's act,orto reorganize under bankruptcy or similar laws,orifherepeatedly fails tosupplysufficient skilled workmen orsuitable materials or equipment,orifherepeatedly falls tomakeprompt payments to Subcontractors or forlabor,materials or equipment orhe disregards laws,ordinances/rules,regulations orordersofany public body having jurisdiction,orifhedisregardstheauthorityofthe CONSULTANT,or ifheotherwise violates any provision of,theContract Documents,thenthe CITY may,without prejudice toanyother right or remedyandafter giving the CONTRACTOR andthe Surety seven (7)calendar days written notice, terminatethe services ofthe CONTRACTOR andtake possession ofthe Project andof all materials, equipment,tools,construction equipment and machinery thereon owned by the CONTRACTOR,and finish theWorkbywhatevermethodit may deem expedient.In such casethe CONTRACTOR shall not be entitled to receive anyfurther payment until theWorkis finished.Ifthe unpaid balance ofthe Page64of74 Thomas F.Pepe 02-23-15 Contract Price exceedsthe direct and indirect costs of completing theProject including compensation for additional professional services,suchexcess shall be paid totheCONTRACTOR.If such costs exceedsuch unpaid balance,theCONTRACTORortheSuretyonthe Performance Bond shall pay the difference totheOWNER.Such costs incurred bytheOWNER shall bedeterminedbythe CONSULTANTandincorporatedina Change Order. Ifafter termination ofthe CONTRACTOR underthis Section,itis determined byacourtofcompetent jurisdiction foranyreasonthattheCONTRACTORwasnotin default,the rights and obligations ofthe OWNER andthe CONTRACTOR shall bethesameasifthe termination hadbeen issued pursuantto Section 15.5 15.3 WheretheCONTRACTOR'S services have beenso terminated bytheCITY said termination shall not affect any rights oftheOWNER against the CONTRACTOR then existing or which may thereafter accrue.AnyretentionorpaymentofmoneysbytheOWNERduethe CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Uponseven(7)calendar dayswrittennoticetothe CONTRACTOR andtheCONSULTANT,theCITY may,withoutcauseandwithout prejudice toanyother right or remedy,electtoterminatetheContract forthe convenience oftheOWNER.In such case,theCONTRACTOR shall be paid for all Work executed and accepted bytheCITYasofthedateofthe termination,minus any deduction for damage or Defective Work.Nopayment shall bemadefor profit for Work which has notbeen performed. 15.4A TheCITY reserves the right intheeventthe CONTRACTOR cannot provide an item(s)or service(s)ina timelymannerasrequested,to obtain thegood and/or services from othersources and deducting the costfromtheContract Price without violating theintentofthe Contract. Removal of Equipment 15.5 inthe case of termination ofthis Contract before completion for any cause whatever,the CONTRACTOR,if notified todosobythe CITY,shall promptly remove any part or all ofits equipment andsuppliesfrom the propertyoftheOWNER.Should the CONTRACTOR notremovesuch equipmentand supplies,theCITY shall have the right toremovethemattheexpenseofthe CONTRACTOR and theCONTRACTOR agrees thattheOWNER shall notbe liable for loss or damage to such equipmentor supplies.Equipment and supplies shall notbeconstruedto include such itemsfor whichtheCONTRACTOR has been paid inwholeorin part. Contrartor May Stop Work orTerminate 15.6 If,through noactor fault ofthe CONTRACTOR,theWorkis suspended fora period ofmore than ninety (90)calendar days bytheCITYorbyorderofother public authority,or under an order ofcourt orthe CONSULTANT fails toacton any Application for Payment within thirty (30)calendar days after it is submitted,ortheOWNER fails to pay the CONTRACTOR any sum approved bythe CONSULTANT, within thirty (30)calendar days ofits approval,and presentation,then the CONTRACTOR may,upon twenty(20)calendar days writtennoticetotheCITYandtheCONSULTANT,terminatetheContract The CITY may remedy the delay or neglect within thetwenty (20)calendar day time frame.If timely remedied bythe CITY the Contract shall notbe considered terminated.In lieu of terminating the Contract,ifthe CONSULTANT has failed toarton an Application for Payment orthe OWNER has failed to make any payment as afore said,the CONTRACTOR may upon ten (10)calendar days'notice tothe CITY and the CONSULTANT stoptheWork until it has been paid all amounts then due. Indemnification of IndependentConsultant. 15.7 The CONTRACTOR and the CITY hereby acknowledges that ifthe CONSULTANT is an independent contrartor ofthe OWNER,the CONSULTANT may be reluctant to rule on any disputes concerning the Contract Documents oronthe performance ofthe CONTRACTOR ortheOWNER pursuant tothe terms ofthe Contract Documents.Therefore,the OWNER,atthe CONSULTANT'S request agrees to provide the CONSULTANT with a written indemnification and hold harmless agreement to indemnify and holdtheCONSULTANT harmless asto any decision in this regard beforethe CONSULTANT makes an interpretation,de-certifies a payment application,decertifies Substantial Completion,decertifies Final Completion,certifies an event of default or approves any action which requires the approval ofthe CONSULTANT. Page 65of74 Thomas F.Pepe 02-23-15 ARTICLE 16-MISCELLANEOUS 16.1 Whenever any provision ofthe Contract Documents requires the giving of written notice it shall be deemed to have been validly given ifdelivered in person tothe individual ortoa member ofthe firm or to an officer ofthe corporation for whom it is intended,orifdelivered ator sent by registered or certified mail,postage prepaid,tothelast known business address. 16.2 The Contract Documents shall remain the property ofthe OWNER.The CONTRACTOR and the CONSULTANT shall have the right to keep one record setofthe Contract Documents upon completion ofthe Project 16.3 The duties and obligations imposed by these General Conditions,Special Conditions and Supplementary Conditions,ifany,and the rights and remedies available hereunder,and,in particular but without limitation,the warranties,guarantees and obligations imposed upon CONTRACTOR by the Contract Documentsandtherightsandremedies available totheOWNERand CONSULTANT thereunder,shall be in addition to,and shall notbe construed in any way asa limitation of,any rights and remedies available by law,by special guarantee orbyother provisions oftheContractDocuments. 16.4 Should the OWNER orthe CONTRACTOR suffer injury or damage to its person or property because of any error,omission,orartoftheotherorof any oftheir employees or agents orothersforwhose acts they are legally liable,claim shall be made in writing totheother party within twenty one (21)calendar days ofthefirst observance of such injury or damage. ARTICLE 17 -WAIVER OF JURY TRIAL 17.1 OWNER and CONTRACTOR knowingly,irrevocably voluntarily and intentionally waive any right either may have toa trial by jury in State or Federal Court proceedings in respect to any action,proceeding, lawsuit or counterclaim arising outofthe Contract Documents orthe performance oftheWork thereunder. ARTICLE 18 -ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW. 18.1 The Contract shall be construed in accordance with and governed by the law ofthe State of Florida. 18.2 The parties submit tothe jurisdiction of any courtof competent jurisdiction in Florida regarding any claim or action arising outofor relating totheContractorContract Documents.Venue ofanyactionto enforce theContract shall bein Miami-Dade County,Florida 18.3 Except as may be otherwise provided in the Contract Documents,all claims,counterclaims,disputes and othermattersin question between the OWNER andthe CONTRACTOR arising outofor relating to thisContractorthe breach thereof,shall be decided inacourtof competent jurisdiction within theState of Florida. ARTICLE 19 -PROIECT RECORDS. 19.1 The CITY shall have right to inspect and copy during regular business hours at OWNER'S expense,the books and recordsand accounts of CONTRACTOR which relate in any way totheProject and to any claim for additional compensation madeby CONTRACTOR,andtoconductanauditofthe financial and accountingrecordsofCONTRACTORwhichrelatetotheProject CONTRACTOR shall retainand makeavailable to CITY all such books and records and accounts,financial or otherwise,which relate to theProjectandtoany claim fora period ofthree(3)years following final completion oftheProject During the Project andthethree(3)yearperiod following final completion oftheProject CONTRACTOR shall provide CITY access toitsbooksandrecordsupon five (5)business day's written notice. 19.2 CONTRACTOR and all ofits subcontractors are required to comply withthe public records law (s.119.0701)while providing serviceson behalf oftheOWNER and the CONTRACTOR,undersuch conditions,shall incorporatethis paragraph in all ofitssubcontractsforthisProject CONTRACTOR andits subcontractors are specifically required to:(a)Keep and maintain public records that ordinarily and necessarily wouldberequiredbythe public agencyin order toperformthe service;(b)Providethe public withaccesstopublicrecordsonthesametermsandconditionsthatthe public agency would providetherecordsandatacostthatdoesnotexceedthecostprovidedinthischapterorasotherwise providedbylaw;(c)Ensurethat public recordsthatareexemptor confidential andexemptfrom public records disclosure requirements arenot disclosed exceptas authorized by law;and (d)Meet all requirementsfor retaining public recordsand transfer,atno cost tothe public agency all public records in possession ofthe contractor upon termination of the contract and destroyany duplicate public records Page66of 74 Thomas F.Pepe 02-23-15 that are exempt or confidential and exempt from public records disclosure requirements.All records stored electronically must be provided tothe public agency in a format that is compatible with the information technology systems ofthe public agency, 19.3 If CONTRACCTOR or its subcontractor does not comply with a public records request the CITY shall have the right to enforce this contrart provision by specific performance and the person who violates this provision shall be liable to OWNER for its costs of enforcing this provision,including attorney fees incurred in all proceedings,whether administrative or civil court and in all appellate proceedings. ARTICLE 20 -SEVERABILITY. 20.1 If any provision ofthe Contrart or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable,the remainder ofthe Contract and the application of such provisions to persons or situations other thanthoseastowhichitshallhavebeenheld invalid or unenforceableshall notbe affected thereby,and shall continue in full force and effect and be enforced tothe fullest extent permitted bylaw. ARTICLE 21 -INDEPENDENT CONTRACTOR. 21.1 The CONTRACTOR is an independent CONTRACTOR under the Contract Services provided by the CONTRACTOR shall be by employees ofthe CONTRACTOR and subject to supervision by the CONTRACTOR,and not as officers,employees,or agents of the OWNER.Personnel policies,tax responsibilities,social security and health insurance,employee benefits,purchasing policies and other similar administrative procedures,applicable to services rendered under theContract shall bethoseof the CONTRACTOR. ARTICLE 22 -ASSIGNMENT. 22.1 The CONTRACTOR shall not transfer or assign any ofits rights or duties,obligations and responsibilities arising under the terms,conditions and provisions ofthis Contract without prior written consent ofthe City Manager.The CITY will not unreasonably withhold and/or delay its consent to the assignment ofthe CONTRACTOR'S rights.The CITY may,in itssole and absolute discretion,refuse to allow the CONTRACTOR to assign its duties,obligations and responsibilities.In any event,the CITY shall not consent to such assignment unless CONTRACTOR remains jointly and severally liable for any breach of the Agreement by the assignee,the assignee meets all ofthe CITYs requirements tothe CITYs sole satisfaction and the assignee executes all ofthe Contrart Documents that were required to be executed bythe CONTRACTOR IN WITNESS WHEREOF,the parties hereto haveexecuted the/General Conditions ^acknowledge their inclusion as part of the Contrart Documents on this //clay of /J^fMl 20/S\ CONTRACTOR:R.P.Utility &Excavation Corp. Signature: Print Signatory's Thomas F.Pepe 02-23-15 Titleof Signatory Vice President OWNER:CI ignature: Page 67 of74 B. EXHIBIT 6 Supplementary Conditions Drainage Improvements at Dante Fascell Park RFP#PR-20I5-I6 Consultant In accordance with ARTICLE I ofthe General Conditions CONSULTANT is defined asthe person identified as the CONSULTANT in the Supplementary Conditions orifnone,then CITYs designated representative as identified in the Supplementary Conditions.The CONSULTANT'S,if any, and the City's Designated Representative's name,address,telephone number and facsimile number are as follows: Consultant:Milian,Swain &Associates,Inc. 2025 S.W.32 Avenue Miami,FJ 33145 Ph:305/441-0123 Fax:305/441-0668 Termination or Substitution of Consultant Nothing herein shall prevent the CITY from terminating the services ofthe CONSULTANT or from substituting another "person"to act as the CONSULTANT. Plans for Construction:The successful CONTRACTOR will be furnished one (I)sets ofContrart Documents without charge.Any additional copies required will befurnished tothe CONTRACTOR ata costtothe CONTRACTOR equal tothe reproduction cost The Scope of Services is set forth in the RFP and in the document set forth in the attached EXHIBIT I, Attachment A&B. Contractor shall comply with the insurance and indemnification requirements is setforth in the RFP and in the document setforthintheattached EXHIBIT 2 TheWork shall be completed in 60 workingdays unless a shorter time is set forth in the Contrart and in such event the Contract shall take precedent notwithstanding any provision in the General Conditions tothe Contract that may betothe contrary.. IN WITNESS WHEREOF,the parties hereto have executed the Supplementary Conditions toacknowledgetheirinclusionaspartoftheContractonthis//^day of /w*p*&'7 20 /*[ C. E. F. ATTESTED; Signature:! Maria Menendez CityClerk ReadandApprove Legality,and CONTRACTOR Signature: Print Signatory's Name^ TitleofSignator Utility &Excavation Corp. OWNER:CITY OF SQI en Alexander City Manager Signature:¥&fp£~ Thomas F.Pepe 02-23-15 END OF SECTION Page68of74 UTILITY &EXCAVATION CORP. Raidel Perez UNDERGROUND ENGINEERING President/Superintendent 7875 NW 29*Street,SuiteB Doral,FL 33122 0:786.577.4998 F:786.391.0217 E-mail:raidel@rpucorp.com PREVIOUS EXPERIENCE Plantation Park,PhaseF,CARIBE UTILITIES OF FLORIDA,11130 N.Kendall Dr.Suite 104,Miami,FL 33176 Jesus Quinones,ProjectManager,TeLNo.:305-370-8730,E-mail:caribe@caribeutilities.com Scope:Install 2,500 LF of8-inchwatermain,new water services,pressureandbacteriologicaltesting, Original contract amount:$120,000.00 Final amount:$133,000.00 Start date:8/12/2012 Final completion:12/25/2012. City of Hollywood Water Services Relocation Project,METRO EQUIPMENT SERVICE,INC.,9415SW72 Street Suite 131,Miami,FL 33173.Alejandro Balsinde -ProjectManager,TeL No.:305-297-4883,E- mail:abmetro@att.net.Scope:Installation of 200 water meters,relocation of water meters, replacement concrete sidewalk,asphaltsurface,andsodding. Original contract amount:$150,000 Final amount:$167,836.95 Start Date:1/7/2013 Final completion:5/13/2013. Sylva Martin Drainage,CITY OFSOUTH MIAMI,6130 Sunset Drive,SouthMiami,FL 33143. RicardoAyala -ProjectManager,TeL No.:305-796-5944,E-mail:rayala@southmiamifLgov, Scope:Installyarddrain,foundationdrain,asphalt pavement restoration,andsodding. Original contract amount:$19,850.00 Rnal amount:$19,850.00 Start Date:6/2/2013 Final completion:7/1/2013. Southwest72 Ave.and 70th Terrace Water Main,TOWN OF DAVIE,6591 Orange Drive,Davie,FL 33314. Jose Luis Rivas -Engineering Inspector,TeL No.:954-448-1682,E-mail:jose_rlvas@davie-fl.gov.Scope: Installation of new water main,sodrestoration,millingandresurfacingof56,700SFofroad. Original contract amount;$329,759.54 Final amount:$336,305.94.j Start Date:10/28/2013 Final completion:2/26/2014 Road and Drainage Repair,VIUAGE OF BISCAYNE PARK,640 NE 114Street,Biscayne Park,FL 33161, Tony Gomes-Senior Field Representative,Tel.No.:954-815-9109,E-mail:tgomes@craigasmith.com. Scope:DrainageandAsphaltRepair. Originalcontract amount:$17,500.00 Final amount:$17,500.00 Start Date:3/22/2014 Final completion:5/9/2014 MargateSanitary Force Main,METRO EQUIPMENT SERVICE,INC.,9415 SW 72StreetSuite131,Miami, FL 33173.AlejandroBalsinde-ProjectManager,Tel.No.:305-297-4883,E-mail:abmetro@att.net Scope:Installation of approximately 1,500 LF of 20-inch DIP force main,grouting,and abandoning of+/- 2,800 LF of 14-inch,12-inch,and 6-inch ACP Force Main.Installation and tying-in of150 LF of 20-inch DIP through 36-inch steelcasing installed via Jack 8t Bore by others. Original contract amount:$101,300.00 Final amount:$101,300.00 Start Date:6/1/2014 FinalCompletion:11/20/2014 Permeable PaverAlleyImprovements,CITY OF POMPANO BEACH,1201 NE 5th Avenue,Pompano Beach,FL 33060.Alessandra Delfico -City Engineer,TeL No.:954-786-4144,E-mail: alessandra.delflco@copbfl.com.Scope:Installation ofpaverdrainagesystem. Original contract amount:$34,074.35 Final amount:$34,074.35 Start Date:11/28/2014 Final completion date:12/23/2014. CalusaParkGolfPath,VILLAGE OF KEY BISCAYNE,88WestMclntyreStreet,Suite230,Key Biscayne,FL 33149.Tony 0.Brown -PublicWorks Superintendent,TeLNo.:305-365-7568,E-mail: tbrown@keybiscayne.fl.gov.Scope:Installationofnew brick roadforpedestrianandgolfcartuse. Original contract amount:$84,470.00 Final amount:$81,387.00 Start Date:1/5/2015 Final completion 3/15/2015 Oleta River State Park Sidewalk andBikePathRepairs,Florida ParkServicesBureauOfDesign& Construction,13798 SE Federal Highway,HobeSound ,FL 33455.Adam J.Belden-AssistantPark Manager,Tel.No.:786-367-6850,E-mail:adam.belden@dep.state.fl.us.Scope:installationof concrete sidewalk,repair ofexisting side walkandbike paths. Original contract amount:$33,451.50 Final amount:$33,451.50 Start Date:2/18/2015 Final completion date:3/17/2015 Morgan LevyParking Lot Improvements,City of Doral,8401 NW SS^Terrace,Doral,FL 33166 LazaroQuintero,AssistantParksandRecreationDirector,Tel.No.:305-593-6600,E-mail: lazaro.quintero@cityofdoraLcom Scope:Clearing and grubbing,installation ofsubgrade,lime rock,and resurfacing,striping,installation of concrete curb,and modification ofirrigation system. Original contract amount:$50,100.00 Final amount:$50,100.00 Start date:5/25/2015 Final completion:6/25/2015 Key Qualifications ♦Project Management ♦ProjectAcquisition&Estimating ♦Procurement of Material &Equipment ♦Projectscheduling,Submittals,Pay Requisitions,Coordination of Sub- Contractors &Field Crews ♦AssistEngineers&MunicipalitiesWith Analyzing ConstructabilrtyofProject andProvideValueEngineering ♦Familiar with MDWASD staff, processesand procedures YearsofIndustryExperience 10 Years Yearsof Similar Project Experience 10 Years Education BrowardCollege 2002-2004 Florida International University 2004-2006 Client Reference Clece Aurelus,P.E. CityofHollywood 954-921-3930 caurelus@holrywoodfl.org TimWelch,P.E, City ofSunrise 954-888-6055 twelch@sunrisefl.gov James Montalvo OrangeCountyUtilities 407-508-2120 James.montalvo@ocfLnet Javier A.Garzon Vice President/Estimator UTILITY &EXCAVATION CORP. UNDERGROUND ENGINEERING OVERVIEW Mr.Garzon hasover10yearsofexperienceinthefieldsofwater,wastewater,reuse, and water resources constructionproject management/estimating.Over the last10 years,hehascompletednumerousprojectsfor various municipalities intheStateof Florida.His underground utilities experience includes estimating,managing, permitting,procurementof materials/equipment,scheduling,submittals,pay requisitions,coordinationofsubcontractors,coordination of mobilizations,assisting superintendents withplanningand personnel needs,assisting engineers & municipalities with analyzing constructed Iity ofaproject,andprovidingvalue engineering. PROJECT EXPERIENCE Ulmerton RoadGravity Sewer Main installation,Project#409154-1-52-01& 409155-1-52-01,FOOTContract #T7292 ConalvlasUSA(Primecontractor) ProjectCompleted:3/2015 ProjectManager/Estimator Contact Juan Hernandez,Director,954-295-0389,jhernandez@conaiviasusa.com Contract Amount:$851,939.24 FinalContract Amount:$950,000.00 Installation (labor &equipment only)of2,167 LF of8-inch PVC &1,839 LF of12-inch DIPgravity sewer at 6 LF to18 LF depths,14 sanitary manholes,and 354 LF of6-inch PVC force main. InternationalDrive Force MainandReclaimed Water Main Improvements Project #Y13-7001-PH Orange County Utilities,Orlando,FL Project Completed:5/2015 ProjectManager/Estimator Contact:Dennis Davies,Inspector,407-468-8725,robert.davles@ocfl.net Contract Amount:$6,363,930.30 Final Contract Amount:$6,264,623.24 DemolitionofPumpStation#3597.Installationof 2,600 LF of 20-inch,3,500 LF of24- inch,and 5,500 LF of 30-inch PVC Force Main.Installation of 301 LF of 36-inch steel casing under S.R.535viaJack 8t Boreand90 LF of 20-lnch HOPE FMviaHorizontal Directional Drill-Installation of 11,400 LF of24-inch DIP Reclaimed Water Main& 200 LF of 24-inch HOPE Reclaimed Water Main via Horizontal Directional Drill. PlacingoutofserviceanddemolitionofPumpStation#3624. Sanitary ForceMainInstallation,Project#2014-007 City of Margate,Margate,FL Project Completed:5/2015 Project Manager/Estimator Contact:Abraham Stubblns,Inspector,954-605-0787,a$Uibbins@margatetl.com Contract Amount:$1,449,895.00 Final Contract Amount:$1,372,210.86 Installation of3,039 LF of 20-inch DIP ForceMain,790 LF of 20-inch HDPE via HDD, 145 LF of 36-inch steel casing viaJack &Bore,road rebuilding at NW 9th Street&S.R. 7,and5,000 SY of 1.25-inch milling &resurfacing. Javier Garzon Vice President/Estimator Pasadena 36-inch Force Main Replacement Phase 2 City of St.Petersburg,St.Petersburg,FL Project Completed:9/2014 Project Manager/Estimator Contact:Timothy Hume,Inspector,727-542-5387,timothy.hume@stpete.org Contract Amount:$1,685,604.00 Final Contract Amount:$1,685,604.00 Constructionof2,050 LF of36-inch DIP forcemain.Installation of 36-inch Gate Valves and 36-inch PlugValves.36- inchby 30-inch Line Stopwithtemporary bypass system.Milling and paving of approximately 5,000SY. Water Services and Water Meter Relocation Project #12-5112 City of Hollywood,Hollywood,FL Project Completed:9/2014 Project Manager/Estimator Contact:LesPettlt,ProjectManager,954-921-3995,lpettit@hollywoodfl.org Contract Amount:$350,586.00 Final Contract Amount:$296,495.41 Installation ofnew service linesand relocation of148 water meters fromtherearto the front of the property. ParkCity Water Main Replacement,Project#408-6129-536.65.02 Cityof Sunrise,Sunrise,FL Project Completed:12/2013 Project Manager/Estimator Contact:Tim Welch,Director of Utilities,954-888-6055,twetch@sunrisefl.gov Contract Amount:$4,771,150.00 Final Contract Amount:$4,951,558.67 Installation of approximately 5linearmilesof 4-inch,6-inch,8-inch,and 12-inch PVC potablewater piping,fire hydrants,andserviceconnectionsandwatermeterrelocationfor1,200homes.Completedpotable water main and serviceconnectionstoexistingasbestosconcrete piping.Installation ofapproximately2,250linearfeetof4-inchand 8-inch PVC forcemain piping,550linear feet of12-inch DIP forcemain piping,andgroutingandabandoning approximately 6,700 linear feet ofexisting asbestos concrete potable water andforcemainpiping.Resurfacingof 150,000 SY of neighborhood roads with1-inch asphalt mixandlevelingcourse. EdenPines/PineChannelEstates Tropical KeyColony/BeachDr.DistributionUpgrade FloridaKeys Aqueduct Authority,BigPineKey,FL ProjectCompleted:12/2012 ProjectManager/Estimator Contact:Joe Ivey,Construction Manager,305-745-3991,Jivey@fkaa.com ContractAmount:$2,634,600.15 FinalContract Amount:$2,634,600.15 Installationof31,500 LF of 4-inch,6-inch,&8-inchwatermain,twobridgecrossings,installationof420water meters,and the replacement of292 meters with T-10 Meters. DistributionPipingUpgradeforShortTermScenarioSouth35th Avenue From HollywoodBoulevardToWashington Street,Project #10-5104 City of Hollywood,Hollywood,FL Project Completed:4/2012 Project Manager/Estimator Contact:Clece Aurelus,ProjectManager,305-745-3991,caurelus@hollywoodfl.org Contract Amount:$926,689.50 Final Contract Amount:$878,206.84 Installation3,000 LF of 24-inch and30-inchWM.HDD approx.400 LF of 30-inch HOPE under Hollywood Blvd.(FDOT ROW).The contract alsoincludeda30-inchby24-inchtapintoandoperational30-inch PCCPTransmission Main. Javier Garzon Vice President/Estimator DuckKeyUtilities Improvement Project Phase7 Florida KeysAqueductAuthority,Duck Key,FL Project Completed:9/2013 Project Manager/Estimator Contact:Joe Ivey,Construction Manager,305-745-3991,jivey@fkaa.com ContractAmount:$2,726,000.00 Final ContractAmount:$2,726,000.00 Installation of 3,310 LF of 8-inch gravity sewer with 11 Manholes,and 40 gravity sewer laterals.One duplex Lift station,1 shallow Injection well permitted through SFWMD for Dewatering.6,680 LF of 2-inch through 4-inch PVC force main,2760 LF of 4-inch through 8-inch water main with 5fire hydrants,and33water services.The project also required compfeted roadway reconstruction inthe amount of 6,100 SY and a complete overlay ofthe Duck Key island In the amount of 57,600 SY.The project also included the installation of29 Simplex Grinder Stations,1 Duplex Grinder station,and 29LateralKitAssemblies. DuckKeyUtilities Improvement ProjectPhase4-6 Florida Keys Aqueduct Authority,DuckKey,FL Project Completed;3/2013 Project Manager/Estimator Contact:Joe Ivey,ConstructionManager,305-745-3991,jlvey@fkaa.com ContractAmount:$4,961,000.00 Final Contract Amount:$4,961,000.00 Installation of11,300 LF of 8-inch gravity sewerwith 53 Manholes,and 151 gravity sewer laterals,2 duplex lift stations,1 triplex liftstation,3 shallow injection wells permitted through SFWMD for dewatering.Installation of 4,800 LF of2-inchthrough -4-inch PVC forcemain,9,650 LF of4-inchand6-inchreclaimedwatermainwith135 services.Installation 12,500 LF of 4-inch through 8-Inch watermainwith14 fire hydrants,and118water services. Onecurvedbridge crossing with3different utilities installed withstainlesssteelpipe.Theprojectalsorequired completed roadway reconstruction DuckKeyUtilities Improvement ProjectPhase3 Florida Keys Aqueduct Authority,DuckKey,FL ProjectCompleted:9/2011 Project Manager/Estimator Contact:Joe Ivey,Construction Manager,305-745-3991,jivey@fkaa.com Contract Amount:$1,125,250.00 Final Contract Amount:$1,125,250.00 Installationofgravitysewer,reclaimedwatermain,forcemain,potable watermain,andpumpstation. DuckKeyUtilities Improvement ProjectPhase1&2 FloridaKeys Aqueduct Authority,DuckKey,FL ProjectCompleted:12/2011 ProjectManager/Estimator Contact:Joe Ivey,Construction Manager,305-745-3991,jivey@fkaa.com Contract Amount:$4,867,528.00 Final Contract Amount:$4,867,528.00 Installationofgravitysewer,reclaimed water main,forcemain,potable watermain,andpump station. Town of Davie Water &Waste Water System Expansion AECOM,Davie,FL ProjectCompleted:12/2011 Project Manager/Estimator Contact:J.R.Richards,Construction Manager,954-745-7232 ContractAmount:$1,387,192.00 Final Contract Amount:$1,387,192.00 Installationofyardpipingandoffsitepipingtowells.Sizes varyfrom 24-inch to10-inchpipeandmaterialsvary between HDPE,PVC,&DIP. Javier Garzon Vice President/Estimator Water fine Improvement Phase 1 MIccosukee TribeofIndians,Miami,FL ProjectCompleted:10/2011 Project Manager/Estimator Contact:Tim Dengar,Construction Manager,239-332-4569 Contract Amount $320,845.00 Final Contract Amount:$320,845.00 Miscellaneouswaterlineimprovementsandreconstructionofroadbase including milling and overlay. North BayVillageDesignBuild Town of NorthBayVillage,Miami,FL ProjectCompleted:9/2011 Project Manager/Estimator Contact:Gary Ratay,Project Manager,954-535-5100 ContractAmount:$4,4S7,012.00 Final Contract Amount:$4,457,012.00 Three 20-inch HDPE crossings.Installation5400 LF of3-inch through 16-inchFMand open cut PVC 8400 LF. Marathon Distribution Main FloridaKeys Aqueduct Authority,Marathon,FL Project Duration:2/2011 Project Manager/Estimator Contact;Joe Ivey,Construction Manager,305-745-3991,jlvey@fkaa.com ContractAmount:$2,507,000.00 FinalContract Amount:$2,507,000.00 Furnishand Install 17,100 LF of12-inchdistribution water mainincludinghydrants,water services,andconnections to existing mains. Vacuum Sewer Collection System KeyLargo Waste Water Treatment District,KeyLargo,FL ProjectCompleted:11/2011 Project Manager/Estimator Contact:MargaretBlank,Project Manager,305-451-4019 Contract Amount:$17,277,889.21 Final ContractAmount:$17,277,889.21 Constructionofover100,000 LF ofvacuum sewer collection system from4-inchto12-inch,674vacuumpits,2100 cleanouts and45,640 LF of6-inchgravity sewer laterals. STATE OF FLORIDA DEPARTMENTOF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTHMONROE STREET TALLAHASSEEFL 32399-0783 PEREZ,RAIDEL R,P,UTILITY&EXCAVATION CORP 7875NW20THSTSTEB MIAMIFL 33122 Congratulations!With thislicenseyoubecomeoneofthe nearly one million Horidians licensedbythe Department ofBusinessand Professional Regulation.Ourprofessionals andbusinesses range from architects toyacht brokers,from boxersto barbequerestaurants, andtheykeap Florida's economy strong. Everydayweworktoimprovethewaywedobusinessinorderto serveyoubetter.For Information aboutourservices,pleaselogonto www.myHorldallcen8e.oom.Thereyoucanfindmore information aboutour divisions andthe regulations that impact you,subscribe to department newslettersand (earn mote aboutthe Department's In&iaQves. Our missionatthe Department Is:License Efficiently,Regulate Fairly. We constantly strive toserveyou better so that youcanserveyour customers.Thank youfordoing business in Florida, andcongratulationsonyournewlicense! DETACH HERE RICK SCOTT,GOVERNOR ISSUED;05/28/2015 DISPLAY AS REQUIRED BY LAW (850)487-1395 KEN LAWSON,SECRETARY.,-_„y^—,..-^~.<.<tr ..,,......•"irir'iiif.v.uHKlWH iiu-yn ,,fiini- SEQ#L1605280000W2 «*:••":1---;r~,-fjgajaRfi lijttVAV'^'-A.'1' •I-...-.'-•'-* ••:*»:":.•S".<v.«3'.0:j!;.;, ll^lWr^ll^.!;-^5-;ieg, sfr-.-.-.r*n"trrT^n'H"'r*^3E.%I ;t,8.i>Jr»'f.o..,5:aj^J!} llfMi ilillfilfp^ STSUT, ft&Ufei Iff;^rsrssSfcYiSSS1 ••&• Detail by Entity Name Florida Profit Corporation R-P.UTILITY &EXCAVATION CORP Filing Information Document Number P11000062856 FEI/EIN Number 45-2742507 Date Filed 07/11/2011 Effective Date 07/11/2011 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/11/2015 Event Effective Date NONE Principal Address 7875 NW29TH STREET SUITE B DORAL,FL 33122 Changed:06/11/2015 Mailing Address 7875 NW29TH STREET SUITE B DORAL,FL 33122 Changed:06/11/2015 Registered Agent Name &Address PEREZ,RAIDEL 7875 NW29TH STREET SUITE B DORAL,FL 33122 Address Changed:06/11/2015 Officer/Director Detail Name &Address Title P PEREZ,RAIDEL 4110sw110ave MIAMI,FL 33165 Page 1 of 3 htbp://search.sunbiz.org/Inquiry/CorporationSearchySeai*criResultDetail?inq...8/14/2015 Detail by Entity Name Title V GARZON,JAVIER A 7875 NW29TH STREET SUITE B DORAL,FL 33122 Annual Reports Report Year 2013 2014 2015 Filed Date 02/16/2013 02/06/2014 02/06/2015 Document Images 06/11/2015 --Amendment View image in PDF format 02/06/2015 -ANNUAL REPORT |View image in PDF format 02/06/2014 -ANNUAL REPORT |view image in PDF format 04/08/2013 -Amendment View image inPDFformat 02/16/2013 -ANNUAL REPORT |View image in PDF format 02/06/2012 -ANNUAL REPORT yiew image in PDF format 01/20/2012 -Amendment 07/11/2011 -Domestic Profit View image inPDFformat View image inPDFformat Copyright ©andPrivacyPolicies State ofFlorida,Department of State Page 2 of3 http://search.sunbiz.org/Inquiry/CoiTJorationSearch/SearchResultDetail7inq...8/14/2015 TO;Amendment Section Division ofCorporations CPVfiB PATTER NAME OF CORPORATION,^"«»*****"><*p. DOCUMENT NUMBER:J^«8* The enclosed Articles ofAmendment and fee are submitted for tiling. Please return all correspondence concerningthis matter to The following: Raidei Perez 10 .' .-*'1 rf-v^ >. R,P.Utility &ExcavationCorp Name of Contact Person 7875 NW 29th Street,SuiteB Firm/Company Doral,FL 33122 Address Tatdcl@rpucorp.com City/StateandZipCode E-mail address:(tobeusedfor fiiture annualreportnotification) For further information concerning this matter,please call: Javier Garzon 7&6 577-6666 .at(h Name of Contact Person Area Code &Daytime Telephone Number Enclosed isa check for the following amount made payable tothe Florida Department of State: B $35 Filing Fee •$43.75 Filing Pee &Q$43.75 Filing Fee &D$52.50 Filing Fee Certificate ofStatus Certified Copy Certificate ofStatus (Additional copyis Certified Copy enclosed)(Additional Copy isenclosed) MflHlngfrfrto StreetAddress Amendment Section Amendment Section Division of Corporations Division of Corporations P.O.Box 6327 Clifton Building Tallahassee,FL 32314 2661 Executive CenterCircle Tallahassee,FL32301 *'i f . R.P.Utility &Excavation Corp. Articles ofAmendment to Articles of Incorporation of 15JUHII PM3--56 (Name ef Corporation as currently filed with the Florida Dent,af State! PI 1000062856 (Document Number of Corporation (if known) Pursuant to the provisions ofsection 607.1006,Florida Statutes,this Florida Profit Corporation adopts the following amendments)to itsArticlesof Incorporation: A.If amending name,enter the new name of the corporations N/A She newtmznew name must he distinguishable and contain the word "corporation/*"company."or "incorporated"or die abbreviation "Corp..M '7w.,"or Co.,"or the designation "Corp,""Inc,"or "Co".A professional corporation name must contain the word "chartered,M "professional association,"orthe abbreviation "P.A,M B.Enter new principal oMm addre^if applicable:7875 NW 29th Street {MndDa!offlceada>essMUSTBEASTREETADDRESS\^g C Enter new mailing address,ifiipPllcahte» (Malllne address MAY BE A FO&T OFFICE *<m Doral,PL 33122 7875 NW 29th Street Suite B Doral,FL33122 P.if amending the registered aeent and/or registered office address In Flcrhta,enter the name of the new registered agent and/or the new registered office address: Name ofHew Registered Aifem (Floridastreetaddress) if.»i«tnw jm.7875NW29thStreet,Suite B,DoralMewRegisteredOfficeAddress*.___-33122_,Florida.] (City)(Zip Code) New Registered Agent's Signature.If ehanring Registered Agent: /hereby accept the appointment asregistered agent,I am familiar with and accept the obligations qftheposition. Signature ofNew Registered Agent,Ifchanging Page1 of4 If amending theOfficers and/or Directors,enterthetitleandnameofeachofficer/directorbeingremovedandtitle,name,and addressofeachOfficer ai\d/or Director beingadded: (Attach additional sheets,if necessary) Please notethe officer/director titlebythefirstletterofthe office title: P =»President:Y-Vice President;7"-Treasurer:S«Secretary:D«Director;77?-Trustee;C =Chairman or Clerk:CEO **Chief Executive Officer;CFO »Chief Financial Officer.If an officer/director holds more than one title,listthefirst letter ofeach office held President,Treasurert Director would be PTD< Changes should be noted in thefollowing manner.Currently John Doe islistedasthe PSTand Mike Jones is listed asthe K There is a change,Mike Jones leaves the corporation,SallySmith is namedtheVandS.These should benotedas John Doe,PTasa Change, Mike Jones,Vas Remove,andSally Smith.SVasanAdd. Example; KChange ££JohnDoe X Remove" JC Add Name Javier A.Garzon Tvoe ofAction J3Hs (Check One) n Change V X Add Remove 1),mmnmm Change Add Remove 3)__Change Add „Remove 4)—Change ,Add Remove J)Change Add Remove 6).Change Add Remove Page2 of4 Address 7875 NW 29th Street Suite B Doral,FL 33122 E.If amending or,adding additional Articles,enter changgfri here: (Attach additional sheets,ifnecessary).(Be specific) N/A P.If anamendment provides foran exchange,reclamation,or eanceUatlon ofissuedshares, provisions for Implementing the amendment If not contained in the amendment itself: (ifnot applicable,Indicate N/A) N/A Page3 of4 "» Thedateofeachamendments)adoption:;,if other than the date this document was signed.»•;•••'\}\i !•'• 5l¥i<r!x *'CCRiT^T > Effective date if applicable:....,,, (no more than 90 days qfier amendmentfile date)^g J(Jf|||Pf|3*56 Note:Ifthe date inserted inthisblock does notmeetthe applicable statutory filing requirements,this date will not be listed asthe document's effective dateontheDepartmentofState's records. Adoption of Amendment^)(CHECK ONEl •The amendments)wasfwere adopted by the shareholders.The number of votes cast for the amendments) bythe shareholders was/were sufficient fbr approval. •The amendments)was/were approved by the shareholders through voting groups.The following statement mustbe separately providedforeachvotinggroupemittedtovoteseparatelyonthe amendments): •The number of votes cast for the amendments)was/were sufFiciem for approval by /' (votinggroup) D The amendmem(s)was/were adopted by the board ofdirectors without shareholder action and shareholder actionwasnot required. B The amendments)was/were adopted by the incorporators without shareholder action and shareholder action wasnot required. 6/4/2015 Dated. (Bya director,president orotherofficer-if directors or officers havenotbeen selected,byan incorporator -if inthehands ofa receiver*trustee,or other court appointed fiduciary by that fiduciary) Raidol Peres (Typed or printed name of person signing) President (Title of person signing) Page 4of4 Member Name Bid Number Bid Name 3 Document(s)found for this bid 24 Planholder(s)found. Cityof South Miami RFP-RFP #PR-2015-16-0-2015/SK "Drainage Improvements at Dante Fascell Park" Supplier Name Address 1 City State Zip Phone Attributes A2 Group,Inc.AB AMEC Environment &Infrastructure,Inc.2000 E Edgewood Dr.Ste.215 Lakeland FL 33803 8636672345 BarrySims Inc.3500 Darlington Street Almond Wl 54904 7156120002 Calvin,Giordano &Associates,Inc.1800 Eller Drive,Suite 600 Fort Lauderdale FL 33316 9549217781 Cardno,Incorporated AB Chen And Associates 500 West CypressCreekRoad Ft Lauderdale FL 33309 9547300707 1.Asian/Hawaiian *..anient Lilianicd» Construction Journal,Ltd.400 SW 7th Street Stuart FL 34994 8007855165 CORAMARCA,CORP 20431 SW,1st STREET PEMBROKE PINES FL 33029 9545985946 CraigA.Smith&Associates 7777 Glades Road Boca Raton FL 33434 5613144445 H.A.Contracting Corp.9500 N.W.12th Street,Bay1 Miami FL 33172 3055919212 HAKS Engineers,ArchitectsandLand Surveyors,P.C.14400 NW 77 Court,Suite 203 Miami Lakes FL 33016 3056983914 HDR Inc.5426 Bay Center Drive,Suite 400 Tampa FL 33609 8132822364 Induron Protective Coatings AB JMS Construction Services,Inc.4420 Peters Road Plantation FL 33317 9547977710 1.Small Business Killebrew,Inc.2830 Winter Lake Road Lakeland FL 33803 8637010273 Kirhley-Horn and Associates,Inc.1920 Wekrva Way West Palm Beach FL 33411 5618450665 Link Systems LLC 5870 Hummingbird Court Titusville FL 32780 4074010031 1.Small Business Metric Engineering,Inc.13940 S.W.136th Street,Suite 200 Miami FL 33186 3052355098 1.Hispanic Owned Proshot Concrete,Inc.4158 Musgrove Drive Florence AL 35630 2567645941 1.Small Business R.E.Chfsholm Architects.Inc.4921 SW 74th Ct Miami FL 33155 3056612070 1.Hispanic Owned Roadway Construction,LLC 6750 North Andrews Aveune Fort Lauderdale FL 33309 9542270025 1.Hispanic Owned Sports TurfOne,Inc.9819 State Road 7 Boynton Beach FL 33472 5613757808 SRS Engineering,Inc.5001SW74Q.Miami FL 33155 3056628887 l.Hispanic uwneo Stanley Consultants,Inc.1641 Worthington Road West Palm Beach FL 33409 5615848704 MIAMI DAILY BUSINESS REVIEW Published DailyexceptSaturday,Sundayand LegalHolidays Miami,Miami-DadeCounty,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: FJefo're the undersigned authority personally appeared MARIAMESA,who on oath says that he or she isthe LEGALCLERK,LegalNoticesoftheMiamiDaily Business Review f/k/a MiamiReview,adaily (except Saturday,Sunday and Legal Holidays)newspaper,published atMiamiinMiami-Dade .County,Florida;thatthe attached copyof advertisement, being aLegal Advertisement ofNoticeinthe matter of CITY OF SOUTH MIAMI RFP#PR-2015-16 -DUE DATE 8/14/15 in the XXXX Court, was published in said newspaper inthe issues of 07/22/2015 Affiantfurther says thatthesaidMiamiDaily Business Review isa newspaper published atMiamiinsaidMiami-Dade County,Florida and thatthesaid newspaper has heretoforebeencontinuouslypublished in said Miami-Dade County, Florida,eachday(exceptSaturday,Sunday andLegalHolidays) and has been entered as second class mailmatteratthepost officeinMiamiin said Miami-DadeCounty,Florida,fora periodof one year next preceding the (irst publicationofthe attached copy ol advertisement;andaffiant further saysthatheor she hasneitherpaidnorpromisedanyperson,firm orcorporation anydiscount,rebate,commissionorrefundforthepurpose of securing this ap>ertise(nent for publication in the said newspaper. (SEAL) MARIA Mi personally knownto me MERCEDES ZALDIVAR MY COMMISSION ~FF029736 EXPIRES June .20.2017 <407)3S80I53 Flo/idaNotaryScfvice.com ^^S&«bmi :S»rS j?thB:$c3^ i&res^^^ ?MJami!^ flGlivered*^ fda^%lK&6t;^^ W&n^&&ayrSr^^iSleld^^ isduth^Miami^ icbnfere^^hto it?*: GfeolfeoulhMiaml?- ::-::^l;?^^94&464K1M